Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2016 FBO #5474
SPECIAL NOTICE

58 -- SOLE SOURCE – PRODUCTION, EVALUATION, REPAIR AND REBUILD SIMPLIFIED DRIVER (SDR) TRAVELING WAVE TUBE (TWT)

Notice Date
11/16/2016
 
Notice Type
Special Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNB19
 
Archive Date
4/8/2017
 
Point of Contact
Terry Jenkins, Phone: 812-854-3627
 
E-Mail Address
terry.jenkins2@navy.mil
(terry.jenkins2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NB19 - SOLE SOURCE - PRODUCTION, EVALUATION, REPAIR AND REBUILD SIMPLIFIED DRIVER (SDR) TRAVELING WAVE TUBE (TWT) - FSC 5840 - NAICS 334419 Anticipated Issue Date: 26 January 2017 - Closing Date: 24 March 2017 - 2:00 PM EST Naval Surface Warfare Center, Crane Division has a requirement for the production, evaluation, repair and rebuild of simplified driver (SDR) traveling wave tubes (TWT) used in the Aegis AN/SPY-1D(V) Radar System in accordance the statement of work, drawings, and specifications. This requirement is planned as a non-commercial Firm-Fixed price (FFP) indefinite delivery, indefinite quantity (IDIQ) contract for a period of five (5) years for US Navy and Foreign Military Sales (FMS). Naval Surface Warfare Center, Crane Division, located at Naval Support Activity, Crane, IN 47522, intends to award a sole source contract to Communications and Power Industries (CPI), Palo Alto, California 94304 (Cage 99313). This effort is anticipated to be conducted on a sole-source basis IAW the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. CPI is the only known source which has the capability to produce, evaluate, repair, and rebuild the SDR TWT for use in the AN/SPY-1D (V) radar system. The following specific terms are required to meet the production, evaluation, repair and rebuild for the SDR TWT requirement. A Statement of Work (SOW) will be available within the issued solicitation. Production of SDR TWT in accordance with a Statement of Work, NSWC Crane drawing number 6625287, Rev N and Specification WS-21223, Rev F. Evaluation for repair of SDR TWT as defined in the SOW. Minor repair of the SDR TWT as defined in the SOW. Major repair of the SDR TWT as defined in the SOW. Rebuild of SDR TWT as defined in the SOW. Delivery will be FOB Destination at NSWC Crane. Final inspection and acceptance will be at destination. The solicitation will be available upon request on or about 26 January 2017. Interested parties can request the solicitation from the Contract Specialist; no hard copies of the solicitation will be mailed. Offers must be submitted in the format specified in the solicitation to be considered. Submitting a bid electronically using any "Submit Bid" feature or other electronic means does not guarantee offers will be received by the proper person or in the correct format. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All changes to the requirement that occur prior to the closing date will be executed via an amendment. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and consideration for future discussions and/or award. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. This pre-solicitation notice is for information only and shall not be considered as a commitment by the Government to solicit offers or award contracts. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This information is subject to modification and in no way binds the Government to award a contract. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at http://www.dlis.dla.mil/jcp/. The Point of Contact for this effort is Mr. Terry Jenkins, e-mail: terry.jenkins2@navy.mil or Telephone: 812-854-3627. The mailing address is: Naval Surface warfare Center Crane Division, attention Terry Jenkins, Code 0241 Bldg. 121, 300 Highway 361, Crane, IN 47522-5001. Please refer to the announcement number in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB19/listing.html)
 
Record
SN04330222-W 20161118/161116235215-19a2e23aad42c49d74adb204b2b78efc (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.