Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
SOLICITATION NOTICE

J -- SOLE SOURCE - MAINTENANCE ON OXFORD EQUIPMENT - SOLICITATION

Notice Date
6/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
N0016418Q0170
 
Archive Date
7/26/2018
 
Point of Contact
Matt Swartzentruber,
 
E-Mail Address
matthew.swarztentruber@navy.mil
(matthew.swarztentruber@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION N00164-18-Q-0170 - SOLE SOURCE - MAINTENANCE ON OXFORD EQUIPMENT - FSG J066 - NAICS 811219 ISSUE DATE 05 JUNE 2018 - CLOSING DATE 11 JUNE 2018 5:00 PM Eastern Time ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for MAINTENANCE ON OXFORD EQUIPMENT, IN ACCORDANCE WITH STATEMENT OF WORK. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Oxford Instruments America, Inc. 300 Baker Avenue, Suite 150 Concord, MA 01742 USA under the authority of of FAR 13.106(b). This is being sole sourced because it is not possible to reverse engineer the system to allow integration of equipment from another source due to the unavailability of proprietary program source code and other design information. The maintenance required will include all part and services required to maintain the system at OEM specifications that are provided by factory-trained/experienced engineers only. 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) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. This solicitation is being issued pursuant to the procedures at FAR 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-18-Q-0170; 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 faxed e-mailed to matthew.swarztentruber@navy.mil. All required information must be received on or before 18 JUNE 5:00 EASTERN TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418Q0170/listing.html)
 
Record
SN04944152-W 20180607/180605231136-1e64caca815565128d1a024eee4f5502 (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.