Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2023 SAM #7947
SPECIAL NOTICE

61 -- SOLE SOURCE - DOWNCONVERTERS

Notice Date
8/29/2023 9:22:05 AM
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660423Q0431
 
Response Due
8/30/2023 6:00:00 AM
 
Archive Date
09/14/2023
 
Point of Contact
Jennifer Vatousiou, Phone: 4018325265, Fax: 4018324820
 
E-Mail Address
jennifer.m.vatousiou.civ@us.navy.mil
(jennifer.m.vatousiou.civ@us.navy.mil)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).� Request for Quote (RFQ) number is N6660423Q0431. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order to Narda-Miteq on a Sole Source basis in accordance with FAR 13-106-1(b) for Downconverters, Model SYS0218M07S. �The notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.�� Required delivery is a period of performance 30 weeks ADC. This procurement is unrestricted as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) code is 334290. The Small Business Size Standard is 800 Employees.� Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).� The following clauses and provisions apply to this solicitation: - FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) -���������� FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services -���������� FAR 52.212-2, Evaluation � Commercial Items; -���������� -���������� FAR 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 -���������� FAR 52.212-4, Contract Terms and Conditions--Commercial Items; -���������� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; The following DFARS clauses apply to this solicitation: 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident� Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting� 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.� Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(Deviation)� after the date of the clause.�� Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).�� This solicitation requires an active registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.� For information on this acquisition contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil .��� The property or services needed by the agency are available from only one responsible source and no other type of property or services will satisfy the needs of the agency. These Downconverters are required to meet the Specifications detailed in Argon Specification Drawing Argon ST 024060PC-1 Rev G and the recommended Manufacturer/Vendor has possession of its custodianship.� The Government does not possess the custodianship of Argon Specification Drawing Argon ST 024060PC-1 Rev G. and has no intention of obtaining the custodianship of Argon Specification Drawing Argon ST 024060PC-1 Rev G. The EEA is a critical subassembly used within all Virginia Photonics Masts delivered to the fleet. This subassembly provides Electronic Warfare Support (ES) breakout RF and video signals within the Imaging Photonics Mast. Without proper supply of these EEA Parts, the delivery of Photonics Masts to the Fleet would slip beyond platform need dates. The Government does not possess the custodianship of the Technical Data / Drawings of these Sole Source Parts. The EEA Original Equipment Manufacturer (OEM) has cognizance over these Parts and they have not identified any replacement parts as being acceptable to meet form, fit, and function replacement for Fleet needs. In addition, the EEA OEM is supposed to procure these parts in a timely manner; however, recently, the necessary parts have not delivered.� Therefore, the Government has assumed the Procurement Role and is working to acquire these part procurements to ensure that the delivery of Photonics Masts can continue on schedule. In conclusion, the acquisition of these sole source specified parts is justifiable and needs to proceed without hesitation. Narda-Miteq is the only Manufacturer/Vendor that can fulfill this type of procurement in a quality, application, cost effective, and timely matter. Otherwise facing substantial duplication of cost to the NAVY which is not expected to be recovered through competition; or unacceptable delays in fulfilling the agency's needs. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers.�� In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more.� The quote may be submitted via email to the email address below and must be received on or before August 30 2023, 2:00PM EST. Offer received after the closing date are considered to be late and will not be considered for award. For information on this acquisition contact Jennifer Vatousiou at 401-832-5265.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90fde4981b444491af3407ed604ee9cf/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06810305-F 20230831/230829230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.