Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2025 SAM #8544
SOLICITATION NOTICE

66 -- FCC BPA

Notice Date
4/16/2025 7:31:41 AM
 
Notice Type
Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017825Q1603
 
Response Due
4/25/2025 9:00:00 AM
 
Archive Date
05/10/2025
 
Point of Contact
Heather Hostinsky, Phone: 5407428882, Amanda Marcella, Phone: 5407425001
 
E-Mail Address
heather.g.hostinsky.civ@us.navy.mil, amanda.marcella@navy.mil
(heather.g.hostinsky.civ@us.navy.mil, amanda.marcella@navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017825Q1603 Submitted by: Heather Hostinsky NAICS Code: 334515 FSC/PSC Code: J066; N099; 5865; 6625 Anticipated Date to be published in SAM.gov: 04/16/2025 Anticipated Closing Date: 04/25/2025 Contracts POC Name: Heather Hostinsky Telephone#: 540-742-8882 Email Address: heather.g.hostinsky.civ@us.navy.mil Code and Description: 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals J066 - Maint/Repair/Rebuild Of Equipment- Instruments And Laboratory Equipment; N099 - Installation Of Equipment- Miscellaneous; 5865 - Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability Equipment; 6625 - Electrical and Electronic Properties Measuring and Testing Instruments This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N0017825Q1603 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. This requirement is not set aside for small business. Material must be TAA compliant. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for supplies & services provided by FISCHER CUSTOM COMMUNICATIONS, INC. (FCC) located in Torrance, California. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring products or services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal (RFP) because this notice will result in a sole source BPA. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. Individual call numbers shall not exceed the Simplified Acquisition Procedures of $250,000. Period of performance for the BPA not to exceed 5 years after date of BPA award. BPA calls issued will be firm fixed price. Simplified Acquisition Procedures in accordance with FAR Part 13 will be utilized. BPA will be issued on the basis of technical capability and past performance. Interested vendors shall provide a minimum of three (3) past performance references. These references should include name of business, address, phone number, point of contact, contract/purchase order number and item description. Past performance will be evaluated based upon quality and timeliness of delivery. The Government reserves the right to use additional past performance references if necessary. Failure to supply the requested information will affect your ability to be awarded a BPA. Please include shipping/freight cost for FOB destination Dahlgren, VA 22448-5114. All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Proposal is due 25 April 2025, no later than 12:00 p.m. EST with an anticipated award date by 28 May 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to heather.g.hostinsky.civ@us.navy.mil prior to the RFP closing. Please be sure to include Synopsis/Solicitation Number N0017825Q1603 in the subject line. Attachments � -SF1449: Solicitation for Commercial Items
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a756773423a4ea2963b28ddbc328f43/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN07411536-F 20250418/250416230054 (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.