Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2024 SAM #8424
SPECIAL NOTICE

10 -- N00174-25-SIMACQ-G3-0014 Sustain existing MK 46 GWS

Notice Date
12/18/2024 11:52:06 AM
 
Notice Type
Special Notice
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N00174-25-SIMACQ-G3-0014
 
Response Due
1/2/2025 7:00:00 AM
 
Archive Date
01/17/2025
 
Small Business Set-Aside
HZS Historically Underutilized Business (HUBZone) Sole Source (FAR 19.13)
 
Description
THIS IS A NOTICE OF INTENT TO SOLE SOURCE, NOT A REQUEST FOR A QUOTE (RFQ). A RFQ WILL NOT BE ISSUED AND QUOTES WILL NOT BE REQUESTED. Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC, IHEODTD), intends to award a firm fixed price contract on a noncompetitive basis to: Dy 4 Inc. Curtiss-Wright Defense Solutions, 200-20130 Lakeview Center Plaza Ashburn VA 20147 to provide: Dy 4 Inc. Curtiss-Wright Defense Solutions, quantity 16 LOT, due 35 days after contract award: DMV-194-2006 Circuit Card Assembly (CCA) / Last Chance Buy Procurement: Dual core 1.2 GHz P2020 CPU, 2GB DDR3 SDRAM, 512MB Flash, 512 KB FRAM, one Gigabit Ethernet and one 10/100 BaseT, two EIA-232 channels, one USB 2.0 port. Backwards compatiable with the 182-186. With VME. Pin-out mode 6 IPM providing 4 RS-232/422/485 channels, 14 TTL discretes. Other features as per datasheet, conduction-cooled level 200 DESCRIPTION The contractor shall provide all necessary material and services required to manufacture, assemble, inspect, preserve, package, and ship the deliverables listed below. Final quantities will be agreed to as part of the award process. Deliverable number 1 is for MK46 GWS See Table 1 at the end of this document for items and quantities of deliverables. INSPECTION AND ACCEPTANCE Inspection and acceptance of all deliveries shall be made at destination by designated ISEA G32 Representative (or their delegate) for kind, count and condition. POC Mr. Mike Meadows 973-724-9867 email: michael.a.meadows1.civ@us.navy.mil . DELIVERY OR PERFORMANCE All deliveries shall be in accordance with Section F of the contract. Early delivery is authorized. Partial deliveries are authorized. PACKAGING, MARKING AND SHIPPING Preservation & Packaging of all deliverables. Preservation & packaging of the items shall be in compliance with Best Commercial Practice. Size of labels is to be approximately 1� x 2 5/8� or equivalent marking/labeling method (contractor to determine). For items that do not have an NSN assigned, the UMM is to be used. If neither a NSN or UMM has been assigned then the Manfacture Part Number is to be used. LABEL EXAMPLE P/N: XXXXXXX S/N: XXXXXXXX NSN/UMM/PN XXXX-XX-XXX-XXXX Nomenclature: XXXXXXXXXXXX QTY: X EA Shipping and Storage: After preservation and packaging, all deliverables will be shipped to the following address: NSWC IHD 3355 Whiter Road Attn: Mr. Mike Meadows Picatinny Arsenal, NJ 07806 (973) 724-9867 A copy of each DD250 document and quality documents shall be provided with the material being delivered as well as to the Technical Point of Contact (TPOC) and Acquisition Technical Specialist (ATP) via email. This action is be undertaken in accordance with FAR 13.106 (b) Soliciting from a single source, on the basis that the vendor is the only known source capable of meeting the government�s requirements The North American Industry Classification System (NAICS) for this requirement is 334418. The FSC code is 1005. The resulting contract will be a firm fixed price contract. Negotiation being conducted using other than full and open competition procedures pursuant to authority of 10 U.S.C. 2304 (C) (1). This Notice of Intent is not a request for quotes. Interested parties may identify their interests and capability to respond to this requirement by Jan 02, 2025 10AM (EST). Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. The determination not to compete this proposed contract action is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. Responses to this electronic notice must be made by 4:00 p.m. EST on Jan 02 2025. Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gove/portal/public/SAM. Oral communications are not acceptable in response to this notice. Interested parties shall e-mail all statements, quotes, and capabilities to Tammy Kershner , via email: tammy.r.kershner.civ@us.navy.mil and must provide clear and concise documentation indicating a vendor's bona fide capability.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3e29530bd4754892aef53b67fbd04ac2/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN07295740-F 20241220/241218230108 (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.