Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOLICITATION NOTICE

58 -- Beacon Mount

Notice Date
2/8/2024 12:53:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017824Q6700
 
Response Due
2/16/2024 9:00:00 AM
 
Archive Date
03/02/2024
 
Point of Contact
Jessica Gallagher, Phone: 5407424098
 
E-Mail Address
jessica.b.gallagher2.civ@us.navy.mil
(jessica.b.gallagher2.civ@us.navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION #:��� N0017824Q6700 Submitted by: Jessica Gallagher NAICS Code:� 334220 FSC/PSC Code:� 5825 Anticipated Date to be published in SAM.gov:� 08 February 2024 � Anticipated Closing Date: 16 February 2024 Contracts POC Name:� Jessica Gallagher Telephone#:� 540-742-4098 Email Address:� Jessica.b.gallagher2.civ@us.navy.mil Code and Description:� 5825 - Radio Navigation Equipment, Except Airborne This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.��� Synopsis/Solicitation N0017824Q6700 is issued as a Request for Quotation (RFQ).� The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.� The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.� This requirement is not eligible for small business set-aside. Material must be TAA compliant. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis to Quickset Defense Technologies, LLC. �NSWCDD is expanding the capability of the current beacon system that is applied to atmospheric characterization experiments. A software-controlled pan-tilt mount is required to enable the remote control of the beacon illumination direction such that the beacon can be pointed in the direction of different receiver locations on the test range.� Currently the team collaborates with the team that utilizes a Quickset Defense Technologies, LLC pan-tilt mount and who has made a significant investment in developing control software, electrical interfaces, and mechanical interfaces for the pan-tilt mount.� The software and electrical signal interfaces were developed to conform to the Quickset Defense Technologies, LLC interface and will not work with other pan-tilt mounts.� This software and electrical systems will be utilized for the pan-tilt mount which will allow the team to rapidly integrate the pan-tilt mount and significantly reduce the cost for integrating the pan-tilt mount and allow collaboration.� Integrating the Quickset Defense Technologies LLC pan-tilt unit will ensure compatibility with existing software systems and electrical and hardware interfaces and will reduce the cost and time for integration and enable collaboration across the Warfare Center. Activities would include analysis of the software and electrical and hardware interface; re-design of Government software, and electrical and mechanical �systems; software development; electrical and mechanical fabrication and component purchase; and assembly of the components prior to pan-tilt mount integration, which would incur extra cost. �This additional time and duplication of cost could not be recovered through full and open competition. Please include shipping/freight cost to Dahlgren, VA 22448. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13.� The order shall be firm fixed price.�� All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.� The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data and published pricing.� Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM).� Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Please return a signed copy of the SF1449 with your quote. Quote is due 16 February 2024, no later than 12:00 p.m. EST with an anticipated award date by 16 March 2024.� Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to @us.navy.mil �to the RFQ closing.� Please be sure to include Synopsis/Solicitation Number N0017824Q6700 in the subject line. Attachments: -SF1449: Solicitation for Commercial Items -Requirements List
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7006aeed50704afd9c0b539ab2031a6f/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN06960276-F 20240210/240208230054 (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.