SOLICITATION NOTICE
66 -- SOLE SOURCE - Commercial - TROUBLE SHOOTING, REPAIR, UPGRADE, INVESTIGATION, PERFORMANCE IMPROVEMENT, SPARE ASSEMBLIES TO SUPPORT Model 177 HIGH VOLTAGE POWER SUPPLY (HVPS) GRID MODULATORS Part Number 95600-1
- Notice Date
- 1/7/2019
- Notice Type
- Synopsis
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- 300 Highway 361 Building 3373 Crane IN 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016419RWP59
- Response Due
- 2/28/2019
- Archive Date
- 4/15/2019
- Point of Contact
- Cheryl Biel, Phone 812-854-8530
- E-Mail Address
-
cheryl.biel@navy.mil
- Small Business Set-Aside
- N/A
- Description
- N0016419RWP59 - SOLE SOURCE - Commercial - TROUBLE SHOOTING, REPAIR, UPGRADE, INVESTIGATION, PERFORMANCE IMPROVEMENT, SPARE ASSEMBLIES TO SUPPORT Model 177 HIGH VOLTAGE POWER SUPPLY (HVPS) GRID MODULATORS Part Number 95600-1 - FSC 6625 - NAICS 334515 Anticipated RFP Issue Date: 29 January 2019 - Closing Date: 28 February 2019 - 4:00 p.m. Eastern Naval Surface Warfare Center (NSWC) Crane has a requirement to provide evaluations, trouble shooting, repair, upgrade, investigation, performance improvement, and spare assemblies for Model number 177 High Voltage Power Supply (HVPS) Traveling Wave Tube (TWT) Grid Modulator, part number 95600-1 modulators in support of government furnished test sets at NSWC Crane. This anticipated contract will be for a minimum quantity of one (1) and a maximum quantity to be determined. The estimated maximum contract value of this procurement is $2 million dollars. NSWC Crane plans to enter into a contract with Applied Engineering Services (ASE), Fort Worth, Texas. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Applied Engineering Services (ASE), 7510 Benbrook Pkwy, Fort Worth, Texas, 76126. This requirement will be solicited on a sole source basis in accordance with 10 U.S.C. 2304(a)(2)(iii) under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The basis for restricting competition is substantial duplication of costs and unacceptable delays in fulfilling Navy requirements. ASE is the manufacturer of the HVPS and the existing design drawings are their proprietary information. Establishing alternative sources will result in unacceptable duplicative costs and substantial delays to run correlation tests, to require the high voltage shop to become familiar with the new modulator, and to validate the testing. Procedures in FAR Part 12 will be used. This will be a five (5) year Firm Fixed Price (FFP), Indefinite delivery, Indefinite Quantity (IDIQ) contract. Required delivery will be specified by individual delivery orders with inspection and acceptance FOB destination at NSWC Crane Division, Crane, Indiana, 47522 within 30 days of receipt. 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 https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.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. Offers must be submitted in the format specified in the solicitation to be considered. 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. All changes that occur prior to the closing date will be posted to the FedBizOpps website. 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. Questions or inquiries should be directed to Cheryl Biel, Code 0241, telephone 812-854-8530, e-mail cheryl.biel@navy.mil. Please reference the above solicitation number when responding to this notice. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419RWP59/listing.html)
- Record
- SN05187901-F 20190109/190107230006 (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 |