Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SPECIAL NOTICE

J -- SOLE SOURCE - AR AMPLIFIER EVALUATE/REPAIR

Notice Date
2/19/2025 7:43:49 AM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660425Q0262
 
Response Due
2/26/2025 8:00:00 AM
 
Archive Date
03/13/2025
 
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
Combined Synopsis and Solicitation 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 N6660425Q0262. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price (FFP) purchase order to Amplifier Research Corp on a Sole Source basis in accordance with FAR 13-106-1(b) for repair of five (5) amplifiers models 100s1G2z5, 300T2G8, and 100W1000C. 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 01 October 2025. 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 811310. The Small Business Size Standard is $11.0 Million. 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 . Sole Source evaluation and repairs of the Enhanced Radio Direction Finding Test System (ERDFTS) amplifier-based testing system, by Amplifier Research Corp. (AR) is in support of the requirement which allows the SESEF program to maintain a very high availability for Fleet users. The ERDFTS is the primary Test and Evaluation (T&E) System at SESEF which is used to conduct periodic maintenance of US Navy Cryptologic (CRY) Combat and Support Systems onboard Fleet and Coast Guard assets. The periodic testing is required by the US Navy Preventative Maintenance System (PMS) guidelines and is governed by the Commander Naval Surface Forces (COMNAVSURFOR) War Fighting Improvement Program 143 Series (WFIP 143 Series) instruction. Each ERDFTS installed at every SESEF site is designed, configured, and equipped in the same way (including a model AR Model 300T2G8, AR Model 300T2G8 Amplifier and Amplifier, AR Model 100W1000C Amplifier) to ensure commonality and repeatability. Currently ERDFTS tests at all SESEF sites are at risk of failure if any of their model amplifiers malfunction. This would result in incomplete PMS checks for numerous Navy combatants as required by Preventative Maintenance Schedule (PMS) requirements (NAVSEAINST 4790.8 Series). Failed or incomplete PMS checks degrade the ship�s mission plan and require the ship�s force to request a waiver from the ISEA (In-Service Engineering Agent) and possible loss of respected certifications such as �Battle E�. Based on the above, it is not reasonable to conclude the potential savings from competition can offset the duplicative cost and schedule/mission impact associated with purchasing a new brand name product. Therefore, it is in the best interest of the government to solicit this requirement on a sole source only bas
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5ba28e518c642c3aa4e06fbcf10ba8a/view)
 
Place of Performance
Address: RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07346238-F 20250221/250219230030 (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.