SOLICITATION NOTICE
59 -- MK 556 Test Set Upgrade Kit - GFP
- Notice Date
- 6/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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-2520
- Archive Date
- 6/24/2015
- Point of Contact
- Chet Swiszcz, Phone: 4018328409
- E-Mail Address
-
chester.swiszcz@navy.mil
(chester.swiszcz@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- GFP PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, DIT-MCO International Corporation, 5612 Brighton Ter, Kansas City, MO 64130. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice of intent is not a request for quote. A determination by the government not to compete based upon responses to this notice is solely at the discretion of the government. Questions by phone or fax will not be considered. Acquisition of Commercial Items under FAR Part 12 and Simplified Acquisitions Procedures under FAR Part 13 apply. The applicable NAICS Code is 334515 and the business size standard is 500 employees. The Naval Undersea Warfare Center Division Newport testing script software is the only software compatible with DIT-MCO controller test software. The DIT-MCO Model 2115 test controller contains proprietary hardware and software and is the only manufacturer that can fully support the MK 556 requirements. An alternate would result in mixed configurations. Any deviation from the design of record would require the design agent to maintain two separate baselines and spares increasing cost by a major factor. If further delay in replacing the existing controller is incurred by competing this requirement, the Royal Netherlands Navy (RNLN) will not be able to test the MK 48 7AT upgraded torpedo as it is only testable using the MK 556 Mod 6 Test Set. The resultant contract will be: Firm-fixed price contract, on a sole source basis FOB Destination Delivery is required within 90 days of issuance of contract for the following line items: Hardware: Two (2) EA Master Switching Unit - part number 2115 Three (3) EA Adapter Cable - part number SPG-111235-001 Service: Modify existing Cable Assembly to add DIT-MCO Dual-D Connectors to Government furnished property (see attachment) - reference number SPG-REWORK. The material provided by the contractor must be able to automatically test all existing Heavyweight Torpedo (HWT) Program cables assemblies using test software specifically designed for each cable. The basic test methodology on any cable includes Pin−to−Pin Continuity Tests, Insulation Resistance Tests between each wire and all other wiring and insulation, and when required, an AC High Voltage Dielectric Strength (HIPOT) Insulation Resistance Tests. NOTE: In accordance with clause 252.211-7003, Unique Item Identifier (UID) applies to the hardware line items. The UID information must be submitted in WAWF and a UID tag must be affixed to this item prior to shipping. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-15-Q-2520/listing.html)
- Record
- SN03753529-W 20150606/150604235815-a89c345c278488b04c03c11516c82acc (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 |