Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
DOCUMENT

66 -- SOLE SOURCE - GPS RECEIVERS AND VME CIRCUIT BOARDS - Attachment

Notice Date
4/2/2012
 
Notice Type
Attachment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412RGP50
 
Response Due
5/18/2012
 
Archive Date
7/18/2012
 
Point of Contact
Laura Armes 812-854-4748
 
E-Mail Address
POINT OF CONTACT
(laura.armes@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) website located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternate in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. The Naval Surface Warfare Center, Crane Division intends to award a sole source Firm-Fixed-Price (FFP) contract to Trimble Military and Advanced Systems, Inc. at 945 Stewart Dr. Ste 100, Sunnyvale, CA 94085-3913 for GPS Receivers and VME Circuit Boards in support of SP24 Navigation Subsystem. Contract Line Item Numbers (CLINs) will be as follows: CLIN 0001 Standard Electronic Module Type E (SEM-E) GPS Receivers (Model Force524D); CLIN 0002 Versa Module Eurocad (VME) Circuit Boards (Model Force524D-VMEA). The anticipated contract will have a five-year ordering period. CLIN 0001 will have a minimum of 0 units and a maximum of 170 units. CLIN 0002 will have a minimum of 10 units and a maximum of 220 units. Orders will be placed against the contract on a sole-source basis. Delivery will be FOB Destination. Inspection and acceptance will be at destination with an acceptance period of 30 days. This acquisition will be negotiated in accordance with FAR Part 15. The solicitation is expected to be issued on or about 18 April 2012 and is expected to close on or about 18 May 2012. This requirement will be negotiated on a sole-source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source. It has been determined that the Government requirement can only be met by one manufacturer since no other vendors possess the knowledge or capabilities to meet the Government s minimum requirements. A limited number of manufacturers have authorization from the Air Force GPS Directorate to produce GPS receivers with Selective Availability/Anti-Spoofing Module compatibility for military applications. A system re-design would be necessary to utilize any other type of equipment. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Contractor must be properly registered in the Government s Central Contractor Registration (CCR) to receive an award. Offerors may obtain information on CCR registration and annual certificate requirements by calling 1-888-227-2423, or via the internet at https:///www.bpn.gov/ccr/. In accordance with FAR 4.1201, the contractor shall also complete electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov in conjunction with required registration in the CCR database. No solicitation will be available on FedBizOps and NECO and no hard copy of the solicitation will be mailed. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Requirements documents will be made available upon request for vendors properly registered in JCP. Submitting a bid from the NECO website by clicking on the Submit Bid does not guarantee offers will be received by the proper person in the correct format. It is the responsibility of the offeror to submit offers to NSWC Crane. The Point of Contact (POC) is Laura Armes, Code CXMQ at Tel: 812-854-4748 or e-mail laura.armes@navy.mil. Complete mailing address is: NSWC Crane Division, ATTN: Laura Armes; Code CXMQ, Bldg 2035; 300 Highway 361; Crane, IN 47522-5001. All responsible sources may submit a proposal, which shall be considered. Please refer to the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RGP50/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412RGP50_12RGP50_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RGP50_12RGP50_syn.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RGP50_12RGP50_syn.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02711399-W 20120404/120402234816-17cbf017794ae84bc15c4c9bc7b10ec8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.