SOLICITATION NOTICE
66 -- SOLE SOURCE –SPECTRUM ANALYZER - 17Q0190_sol
- Notice Date
- 9/14/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- N0016417Q0190
- Archive Date
- 11/3/2017
- Point of Contact
- Janae Burkhart, Phone: 812-854-2909
- E-Mail Address
-
jenae.burkhart@navy.mil
(jenae.burkhart@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 17Q0190_sol N00164-17-Q-0190 - SOLE SOURCE -SPECTRUM ANALYZER- FSG 6625 - NAICS 334516 ISSUE DATE 13 SEPT 2017 - CLOSING DATE 19 SEPT 2017 - 10:00 AM Eastern Time Naval Surface Warfare Center (NSWC) Crane has a requirement for the E4440A is used for Testing SLQ-32 RF components on the Legacy RF Testset. The TestStand code was written for Agilent equipment using Standard Commands for Programming Instruments (SCPI) commands. The commands are specific to that brand/model equipment, therefore only the above brand/models will work as direct replacements/spares. A different brand of equipment would use different SCPI commands, which would require 2-3 years of development per program to maintain testing capability. In order to save the government development time and labor money estimated at $6,000,000, upgrading within the same brand is the most feasible option. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, TestEquity LLC 6100 Condor Drive Moorpark, CA 93021 under the authority of FAR 13.106-1(B). This is being sole sourced because the test equipment being purchased is obsolete test equipment used in current Production Testsets. Due to the way the programming code is written, exact brand/model specific instruments must be used as direct replacements/spares. All responsible sources may submit a capability statement which shall be considered by the agency. 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. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://sam.gov. This solicitation is being issued pursuant to the procedures at FAR Part 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-17-Q-0190 is hereby issued as an attachment hereto. All changes to the requirement that occur prior to the closing date will be posted via FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps site for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Offers may be e-mailed to jenae.burkhart@navy.mil. All required information must be received on or before 10:00AM EASTERN TIME.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417Q0190/listing.html)
- Record
- SN04678607-W 20170916/170914232900-cea8c87b57b85410c3ee18ae1577067a (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 |