Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2020 SAM #6814
SOLICITATION NOTICE

58 -- SOLE SOURCE � This procurement is for the new manufacture of the SPS-49 rotary joint/Slip Ring/Roll Ring assembly

Notice Date
7/24/2020 10:57:01 AM
 
Notice Type
Presolicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016420RWP73
 
Response Due
8/23/2020 2:00:00 PM
 
Archive Date
10/12/2020
 
Point of Contact
Shannon Reinhart, Phone: 812-854-6384
 
E-Mail Address
shannon.reinhart@navy.mil
(shannon.reinhart@navy.mil)
 
Description
N0016420RWP73 � SOLE SOURCE � This procurement is for the new manufacture of the SPS-49 rotary joint/Slip Ring/Roll Ring assembly � PSC 5840 � NAICS 334419 Synopsis Issue Date: 24 July 2020 � Closing Date: 23 August 2020 � Time Eastern Naval Surface Warfare Center (NSWC) Crane has a requirement for the new manufacture of the SPS-49 rotary joint/Slip Ring/Roll Ring assembly. This roll ring technology developed by Diamond-Roltran is to replace the current �brush technology� used in these devices. The roll ring technology has passed First Article Testing performed by the Government. The production units will be used in WXP Division�s Radar Restoration Program, sponsored by PEO IUWS 2.0. The Slip Ring/Roll Ring Assemblies are essential devices, which facilitate the continuous supply of electrical signals while the antenna system operates in a rotating motion.� The SPS-49 Radar Antenna provides two dimensional air search detection aboard Navy ships. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, the Diamond-Roltran facilities in Littleton, MA under the authority of FAR 6.302-1(a)(2). This is being sole sourced because only one responsible source or only a limited number of responsible sources and no other type of property will satisfy the needs of the agency without substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency�s requirement. 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. The Government will not post the request for proposal on the Government Point of Entry. The request for proposal will be sent directly to Diamond-Roltran. Interested parties may contact the POC at the end of this synopsis to obtain the request for proposal. The estimated contract maximum is $4.6M. The Contract duration is estimated at five years. 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 1-866-606-8220 or via the internet at https://www.sam.gov. Contractors must be properly registered in 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 at the same time the solicitation is posted. Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov All changes that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/. 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 Shannon Reinhart, Code 0241, telephone 812-854-6384, e-mail shannon.reinhart@navy.mil.� Please reference the above solicitation number when responding to this notice. THIS IS NOT A REQUEST FOR PROPOSAL
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a81e84ca681943c0ac32b99f138eabb6/view)
 
Record
SN05733330-F 20200726/200724230147 (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.