Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2023 SAM #7827
SOLICITATION NOTICE

66 -- SOLE SOURCE � ASE modulators: Trouble shooting, repair, upgrade, investigation, performance improvement. The spare assemblies for ASE modulators in support of MWT test sets

Notice Date
5/1/2023 1:05:20 PM
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016424RWP08
 
Response Due
5/15/2023 11:00:00 AM
 
Archive Date
06/29/2023
 
Point of Contact
Kori Koss, Seth Taylor
 
E-Mail Address
kori.l.koss.civ@us.navy.mil, seth.t.taylor.civ@us.navy.mil
(kori.l.koss.civ@us.navy.mil, seth.t.taylor.civ@us.navy.mil)
 
Description
N0016424RWP08 SOLE SOURCE � ASE modulators: Trouble shooting, repair, upgrade, investigation, performance improvement. The spare assemblies for ASE modulators in support of MWT test sets. � PSC 6625 � NAICS 334515 Synopsis Issue Date: 1 May 2023 � Closing Date: 15 May 2023 � Time Eastern Naval Surface Warfare Center (NSWC) Crane has a requirement for ASE modulators: Trouble shooting, repair, upgrade, investigation, performance improvement. The spare assemblies for ASE modulators. Anticipated contract award is on October 14, 2024, to Applied Systems Engineering, Inc. (ASE). 7510 Benbrook Parkway, Fort Worth, TX 76126, United States, and Cage Code 3Z966 The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Applied Systems Engineering, Fort Worth, TX, under the authority of FAR 6.302-1(a)(2) which states the basis for restricting competition is only one responsible source 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 result unacceptable delays in fulfilling the agency�s requirement. The estimated contract maximum is $1.8m.The contract duration is five years. CLIN Structures; 0001 Model 177 High Voltage Power Supply, 0002 Evaluation, 0003 Repair, 0004 Upgrade/Modification, 0005 Material, Spare, repair Parts, 0006 Training, 0007 Data, and 0008 Contract Ceiling. 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. Please include the purpose/explanation of the response to the synopsis, i.e. to better understand the Government requirements; to potentially become a viable option for future requirement; to take exception to the anticipated sole source as your company currently meets all of the Government requirements. The Government may contact respondents to obtain clarification on the information submitted. 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. All changes that occur prior to the closing date will be posted to Contract Opportunities on https://www.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 Kori Koss, Code 0241, e-mail kori.l.koss.civ@us.navy.mil and Seth Taylor, Code 0241, email seth.t.taylor.civ@us.navy.mil Contracting office address is 300 Highway 361 Crane, IN 47522-5001. �Please reference N0016424RWP08 when responding to this notice All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. The U.S. Government is in no way liable to pay for or reimburse any companies, entities, or individuals that respond to this announcement.� Any costs incurred by interested parties in response to this synopsis will NOT be reimbursed.� All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. THIS IS NOT A REQUEST FOR PROPOSAL
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f0733d01716242ffa12992fe3c0bdb63/view)
 
Record
SN06667738-F 20230503/230501230114 (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.