Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOLICITATION NOTICE

J -- Maintenance of Sonardyne Sentinel IDS Systems

Notice Date
5/1/2020 11:08:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660420Q8213
 
Response Due
5/3/2020 11:00:00 AM
 
Archive Date
05/18/2020
 
Point of Contact
Nicholas P Sanginario, Phone: 4018326587
 
E-Mail Address
nicholas.sanginario@navy.mil
(nicholas.sanginario@navy.mil)
 
Description
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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).�� The North American Industry Classification Systems (NAICS) code for this requirement is 334511.��The Small Business Size Standard is 1250 employees.��This action is being processed on a sole source basis to Sonardyne, Inc.��The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs concurs with the sole source determination.� NUWCDIVNPT intends to award a sole source, firm-fixed price contract to Sonardyne, Inc. for the following: Upgrade of Sonar Head with Win 10 Processors Comprising: 1 x IDS Processor PCB Assembly 1 x Conversion of in-head dongles to standard version 2 x Sacrificial Zinc Anodes 1 x Sonar Head External Fixing Kits 1 x Sonar Processor (i7 with Windows 10) w/ version 19 software 1 x Command and Display Processor (i7 with Windows 10) w/ version 19 software 2 x System Engineer Time & Materials day rate IDS System Router 115/230VAC IDS Power Distribution Unit PDU 115/230V to 115VAC Freight from Factory (UK) to Sonardyne Inc (Houston) Sonardyne, Inc. the original equipment manufacturer (OEM) of the system, is the legal owner of the proprietary technical documentation, operating software, processing software and data analysis associated with the Sondardyne Sentinel IDS Systems. Therefore, it is the only source capable of meeting the Government's needs for the upgrade. This notice is not a request for competitive quotes.��A determination by the Government not to compete this proposed purchase order based upon responses to this notice 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 in the future.� The required period of performance is as follows: Date of Contract Award through 30 September 2020, or sooner. F.O.B. DESTINATION, Naval Station Newport, RI 02841.� Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation. The Government's method of payment will be via WAWF/iRAPT. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Section 508: The procurement includes EIT Accessibility Standards with compliant ID # 1855. This request for quote 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. The Offeror shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. The quote must be received on or before 03 May 2020 at 2:00PM EST. A quote received after this date and time is late and will not be considered for award. The quote shall be submitted via electronic submission to Nick Sanginario at Nicholas.sanginario@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/398376f4b8da4bb78968442875f32cbf/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05642678-F 20200503/200501230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.