SOLICITATION NOTICE
53 -- VECTOR SENSOR MOUNT
- Notice Date
- 12/2/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-15-Q-0309
- Archive Date
- 12/31/2014
- Point of Contact
- Debra J Dube, Phone: 401-832-2281
- E-Mail Address
-
debra.dube@navy.mil
(debra.dube@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 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. Request for Quotation (RFQ) number is N66604-15-Q-0309. NUWC Division Newport intends to award a sole source firm fixed price contract to Wilcoxon Research, Inc., Germantown, MD for the following: CLIN 0001 Vector Sensor Mount, UUV XI.C, P/N VSM-200-209-SO-BH, two (2) each; CLIN 002 Vector Sensor Mount, UUV XI.A, P/N VS-209, two (2) each; and CLIN 0003 Extension Cable Assembly, 10 ft, P/N 775528-10, five (5) each. Required delivery is three months after award. F.O.B. Destination is Naval Station Newport, Newport, RI. Incorporated provisions and clauses are those in effect through Federal Acquisition Circulator 2005-78. This is unrestricted, NAICS Code: 334519; Size standard is 500 employees. Wilcoxon Research is the original manufacturer of the VS-205 vector sensor and is the only known source that can provide exact sensors that match previous configurations. Since access to the electronics is proprietary and patented, Wilcoxon Research has exclusive technical capability which will result in compatibility and operability of the existing sensor mount. All other timely offers will be considered. Offers for other products must contain complete product information and prices. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items apply. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. The following addenda or additional terms and conditions apply: In accordance with DFAR Clause 252.211-7003 the contractor shall provide a Unique Item Identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. Also, vendors must be registered in System for Award Management (SAM). Registration information can be found at https://www.sam.gov. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offers must be submitted by email to debra.dube@navy.mil. Offers must be received by 2:00 p.m. on 16 December 2014. For information on this acquisition contact Debra Dube at 401-832-2281 or email debra.dube@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-15-Q-0309/listing.html)
- Record
- SN03584811-W 20141204/141202234452-4e94de54741971527b9c02b81836a824 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |