Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2025 SAM #8514
SOLICITATION NOTICE

59 -- SOLE SOURCE - AN/ALE-47 COUNTERMEASURE CHAFF-FLARE LAMINATED BREECHPLATES

Notice Date
3/17/2025 10:03:03 AM
 
Notice Type
Presolicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016425RWR08
 
Response Due
4/1/2025 12:00:00 PM
 
Archive Date
05/16/2025
 
Point of Contact
Clayton Raber, Phone: 812-381-3553
 
E-Mail Address
clayton.l.raber.civ@us.navy.mil
(clayton.l.raber.civ@us.navy.mil)
 
Description
N0016425RWR08 � SOLE SOURCE - AN/ALE-47 COUNTERMEASURE CHAFF-FLARE LAMINATED BREECHPLATES� PSC 5998 � NAICS 334418 Issue Date: 17 March 2025 � Closing Date: 1 April 2025 � 3:00 PM EST Naval Surface Warfare Center (NSWC) Crane has a requirement for the procurement of manufactured Countermeasure Chaff-Flare Laminated Breechplates used in the Airborne Countermeasures Dispenser System (AN/ALE-47) system. The Government anticipates the award of a five-year Firm-Fixed Price (FFP) Indefinite-Delivery Indefinite Quantity (IDIQ) contract. Quantities will vary with each Delivery Order. This requirement is currently being fulfilled under N0016420DWR02 awarded to Roselm Industries INC on 17 August 2020. This effort will include the following: Breechplate, Countermeasures Chaff-Flare (NAVAIR Drawing 3837AS100) Thermal Stress Coupons per IPC-2221 (type A and B coupons or type A/B coupons) The Government-owned Technical Data Package (TDP) can be found as a controlled attachment to this announcement. The proposed contract action is for supplies which the Government intends to solicit and negotiate with one source, Roselm Industries, INC., 2510 Seaman Avenue, South El Monte, California, 91733-1928, under the authority of FAR 6.302-1(a)(2)(ii)(B). The requirement is being solicited on a sole source basis because Roselm is the only source responsible source capable of manufacturing the required supplies without causing substantial duplication of costs and unacceptable delays in fulfilling the Government�s requirements. All responsible sources may submit a capability statement or proposal which shall be considered by the agency. However, a determination by the Government not to compete 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 re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. The Solicitation and amendments for this sole source action will not be posted to sam.gov and are available only from the POC identified below. Contractors must be properly registered in the System for Award Management (SAM) and 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. Questions or inquiries should be directed to Clay Raber, Code 0243, telephone 812-381-3553, and e-mail clayton.l.raber.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/612c028debbb436aa8753f214cde85c2/view)
 
Record
SN07374895-F 20250319/250317230045 (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.