Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2022 SAM #7546
SOLICITATION NOTICE

49 -- Exercise Electronics Assembly Bloomy Test Set

Notice Date
7/27/2022 1:22:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660422Q0505
 
Response Due
7/29/2022 11:00:00 AM
 
Archive Date
12/12/2022
 
Point of Contact
John Keech, Phone: 4018322044, Debra J Dube, Phone: 4018322281, Fax: 4018324820
 
E-Mail Address
John.a.keech3.civ@us.navy.mil, debra.dube@navy.mil
(John.a.keech3.civ@us.navy.mil, debra.dube@navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Undersea Weapons, Vehicles, and Defensive Systems Department, Code 85, has overall responsibility for the development and maintainability of undersea defense systems.� �Code 85 requires a test set for the Mk16 Mod1 Heavyweight Torpedo Exercise Electronics Assembly (EEA) currently in development. The test set will be used for developmental testing and for Factory Acceptance Test (FAT) purposes of the full rate production EEA hardware.� NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order on a sole source basis to Bloomy Controls Inc. (CAGE Code 1ZG80) under the authority of FAR 6.302. Bloomy Controls is a small business under the relevant NAICS Code 334515. Bloomy Controls developed the existing EEA test set used during Highly Accelerated Stress Screen (HASS) testing under the Defense Microelectronics Activity (DMEA) Contract H94003-04-D-0004 with Northrup Grumman Corporation (NGC). Therefore, Bloomy already has an extensive understanding of the EEA system, the EEA test requirements, and the EEA�s test set interfaces (see attached sole source justification).� The Period of Performance will be from date of award through 2/28/2023. Deliveries shall be F.O.B. Destination, Newport, RI, USA (02841). This procurement is being processed using FAR Part 13, Simplified Acquisition Procedures. This requirement is an other than full and open competition, sole source procurement as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). This notice of intent 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. Offers for other products must contain complete product information and prices (to include labor categories and hours proposed, and any material or other direct costs). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9.� Responses to the attached RFQ N66604-22-Q-0505 must be received by 2:00PM EST on 29 July 2022.� For information on this acquisition please contact John Keech at john.a.keech3.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ca429cf2bae4784b5999072c38f4324/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06404032-F 20220729/220727230117 (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.