Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2018 FBO #5938
SOLICITATION NOTICE

49 -- SDI500-A08 Inertial Measurement Unit - Sole Source Justification

Notice Date
2/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
N66604-18-Q-0767
 
Point of Contact
Chelsea A. Isherwood, Phone: 401-832-4381
 
E-Mail Address
chelsea.isherwood@navy.mil
(chelsea.isherwood@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; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-18-Q-0767. Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to purchase three SDI500-AE08 Inertial Measurement Units (IMUs) on a Firm Fixed Price, Sole Source basis from Systron Donner Inertial, Inc as follows: CLIN # Description Quantity 0001 SDI500-AE08 Inertial Measurement Unit (IMU): - Gyro Channel and Accelerometer Bias: 1.0°/hr gyro bias and 1.0 mg acceleration bias stability over full temperatures -55° to +85° C -Gyro In-Run Stability: 1.0°/hr gyro bias in-run stability -Gyro Random walk Noise: 0.02°/√hr randmom walk noise -Gyro angular Rate Dynamic Range and Accelerometer Calibrated Range: +/- 1,000°/sec dynamic range and +/-50g accelerometers -System Performance: <1.0 sec valid data start-up -Volume: 19 Cu in, 2.9" height x 2.9" diameter -Shock: 150g 11ms -Vibration: 50grms -Factory Settings: 150/25Hz data rate package 3 each Systron Donner Inertial, Inc (Concord, CA, CAGE Code: 06811) is the only known source for the SDI500-AE08 IMU. Systron Donner, is the original manufacturer and sole distributer of the SDI500-AE08 IMU. Therefore, the three SDI500-AE08 IMUs being requested can only be obtained through Systron Donner Inertial, Inc. This requirement is being solicited as a sole source, under North American Industry Classification System (NAICS) Code 334511, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is 1,250 employees. F.O.B. Destination Naval Station Newport, Newport, RI. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. FAR 52.212-1 Instructions to Offerors-Commercial Item applies. FAR 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," 52.209-11 "Representation by Corporations Regarding Delinquent Tax," also apply to this solicitation. DFARS 252.204-7008 "Compliance with Safeguarding Covered Defense Information Controls," 252.204-7009 "Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information," and 252.204-7015 "Notice of authorized Disclosure of Information for Litigation Support" apply to this solicitation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating DO-C9. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Offers must be submitted via email to chelsea.isherwood@navy.mil. Offers must be received on or before 2:00p.m. on 2 March 2018. For questions pertaining to this acquisition, please contact Chelsea Isherwood by email: chelsea.isherwood@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-0767/listing.html)
 
Record
SN04833769-W 20180225/180223232006-9fbe45e0eb532dbea2edf984a92e6a96 (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.