Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
SOLICITATION NOTICE

59 -- Radio Frequency (RF) Multiport Coaxial Switches - Sole Source Justification

Notice Date
8/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N6660416Q3112
 
Archive Date
9/8/2016
 
Point of Contact
Ryan Marion, Phone: 4018328394
 
E-Mail Address
ryan.marion1@navy.mil
(ryan.marion1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification 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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-16-Q-3112. This requirement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334419. The Small Business Size Standard is 750 Employees. NUWC Division Newport intends to purchase the following items on a Firm Fixed Price and sole source basis: CLIN 0001: QUANTITY of FIVE (5) Radio Frequency (RF) Multiport Coaxial Switches (Model/Part Number 50SA-271 SMA) CLIN 0002: Shipping (unless included in the price of the item in which case the quote shall so state.) The basis for the sole source determination is that JFW Industries Inc. is the only manufacturer of the requested item. Furthermore, the RF Switch is an integral part of the ERDFTS (Radio Frequency Direction Finding Test Set) which is used at all SESEF (Shipboard Electronic Systems Evaluation Facility) sites. The ERDFTS is an approved and validated test and maintenance system by the Military Communications Electronics Board (MCEB) and all ERDFTS systems must conform to this configuration or the certification to operate will be revoked and SESEF will be unable to provide required testing to the Fleet. This would result in unacceptable impact to the SESEF mission and also duplicative costs associated with testing and recertification that cannot be offset by potential savings from competition. Required delivery is 90 Days after Receipt of Order (ARO). F.O.B. DESTINATION, Naval Station Newport, RI 02841. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Quote shall include a breakdown of price elements (labor, material, other direct costs, indirect costs, profit, etc.) and/or back up pricing information (historical quotes and invoices). Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - 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 and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. Offers must be e-mailed directly to Ryan Marion at ryan.marion1@navy.mil. Offerors must be received by 2:00 p.m. (EST) on 24 AUGUST 2016. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Ryan Marion at ryan.marion1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660416Q3112/listing.html)
 
Place of Performance
Address: Naval Undersea Warfare Center (NUWC), Newport, Rhode Island, 02841-1708, United States
Zip Code: 02841-1708
 
Record
SN04229183-W 20160819/160817235946-8d371a52a316015a5b6eb05b02542d50 (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 |
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.