SPECIAL NOTICE
99 -- Notice of Intent to Award Sole Source Contract Antenna Shock Tests an approved Large Displacement Shock Simulator for Naval Warfare Systems Center Pacific (SSC Pacific) Code 52250
- Notice Date
- 8/7/2017
- Notice Type
- Special Notice
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001_SNOTE_000E891A
- Archive Date
- 8/28/2017
- E-Mail Address
-
Contract Specialist
(jessica.matias@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Space and Naval Warfare Systems Center, Pacific (SSC Pacific) intends to award a contract on a sole source basis to Hi-Test Laboratories, Inc. of Arvonica, VA. This effort will provide engineering and technical services to Code 52250. This contract action provides testing for a total of 11 shock test antennas mounted on the mast of CVN-78 on a Naval Surface Warfare Center Philadelphia Division (NSWCPD) approved shock machine capable of achieving the low frequencies presented by the mast. This requirement involves testing antennas at a low frequency. It is known that antennas that are located on masts or yardarms generally see lower frequencies, and higher velocities and displacements than elsewhere on the ship. Thus, it is necessary to utilize a shock machine that can simulate the lower frequencies (4-10Hz) and higher velocity (>18 ft/second) environment of the mast. Hi-Test Laboratories developed a custom proprietary machine called the Large Displacement Shock Simulator (LDSS). The LDSS is currently the only method of achieving the low frequencies, high velocities, and large displacements recommended by the NAVSEA delegated approval authority (DAA) for shock qualification. The contract is anticipated to be awarded as a Firm Fixed Price (FFP) type contract for a one (1) year base period of performance and one (1) one-year option period with an anticipated contract award date of 28 September 2017. The applicable NAICS Code is 541380 and the business size standard is $15 million. Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any firm believing that it can perform these services may be considered by the agency. Interested parties may identify its interest and capabilities in response to this synopsis, and must clearly demonstrate the firms ability to be responsive without compromising the quality, accuracy, and reliability of services provided. Any comments, questions or concerns regarding this notice must be submitted IN WRITING via e-mail to Jessica.Matias@navy.mil. All responding vendors must be registered to the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. To respond to this announcement, you must be registered to the SPAWAR E-Commerce website at https://e-commerce.sscno.nmci.navy.mil. Responses are due by 25 August 2017. The proposed Solicitation Number is N66001-17-P-0201. The dollar value of this requirement is not anticipated to exceed $700,000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bde0083e4595cdfca100393825fc29a3)
- Record
- SN04614981-W 20170809/170807231123-bde0083e4595cdfca100393825fc29a3 (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 |