Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

66 -- L-3 Klien Towfish

Notice Date
7/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division, Code B32, 110 Vernon Ave, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-15-T-4579
 
Archive Date
8/5/2015
 
Point of Contact
Sharon Hess, Phone: 8502344413
 
E-Mail Address
sharon.hess@navy.mil
(sharon.hess@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
FEDBIZOPS ANNOUNCMENT FOR L-3 KLEIN TOWFISH AND TELEMETRY PROCESSING UNIT UPGRADES •(i) This is a combined synopsis/solicitation for commercial off-the-shelf (COTS) items or slightly modified COTS items under FAR Part 13 prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. •(ii) This announcement constitutes the request for quote for the required items under Request for Quote (RFQ ) N61331-15-T-4579. A subsequent solicitation document will not be issued. All quotes must be received by close of business July 21, 2015. •(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. •(iv) The NAICS Code is 334511. Small Business Size Standard is 750 employees. The FSC is 6605. The Naval Surface Warfare Center Panama City (NSWC PC) intends to award, on a sole source basis, a firm-fixed price commercial item order to L - 3 C ommuni c a tions Kl e in Asso c i a t e s I n corporated, 11 Klein Drive, Salem, NH 03079, f or the p r o c u re m e nt of p ar ts us e d in the re p a ir and upgrade of the Kl e in S e r i e s 5000 Tow f ish unit and the repair and upgrade of the Kl e in S er i e s 5000 T e l e m e t r y P r o c e ssing U n it ( T P U). The Government's minimum needs have been verified by the Certifying Technical and Requirements personnel. •(v) •(vi) The following items are being procured: Part Number Nomenclature Quantity 5000 Telemetry Processing Unit Upgrades 141 0 45 0 7 - 01 Klein 50001 Demodulator Boards 6 14103184 Telemetry Processing Unit Boards 6 14104466 Upgraded Power Supply Units 6 14103072 Blanking Plates 6 14103068 32" TPU Cable Assembly 6 14201454 Connector Covers 6 N/A Evaluation Fee 1 Lot Part Number Nomenclature Quantity Tow Fish Unit 141 04486 Sonar Arrays 6 14102066-03 5001 DE Multiplexer Boards 6 14102038 Sensor Interface Board 6 14101613 Threaded Rods 6 14102035-01 5001 Enhanced Demodulator Boards 6 N/A At-Sea Testing 3.5 days N/A Manufacturing and Testing Labor 250 hours •(vii) This procurement is sole source for the following reasons: The it e m ( s) b e i n g r e p a i re d a r e us e d on the AN/ S QH - 4B B a ttle S p ac e P r o f il e r S y s t e m. L - 3 C ommuni ca tions Kl e in Asso c i a t e s, I n corporated is the sole m a nu fac tu r e r f o r the Kl e in 5000 S er i e s S ide S ca n S on a r S y st e m a nd d o e s not h a ve a n y a utho r i z e d d ea l er s f or r e p a i r. O n l y L - 3 C ommun i ca tions Kl e in Asso c i a t e s I n corporated ca n p r ovide the re qui re d r e p a ir p ar ts f or t he Kl e in 5000 s er i e s T o w f ish unit in acc o r d a n c e with acce p t e d qu a li t y a ssu ra n c e. Thus, L - 3 C ommuni ca ti o ns Kl e in Asso c i a t e s I n corporated is the on l y v e ndor t h a t c a n m ee t the re qui re m e nts. •(viii) FOB Destination. All items will be delivered within 180 days after contract award. Place of Delivery: Receiving Officer, Naval Surface Warfare Center Panama City Division (NSWC PCD) 110 Vernon Avenue Panama City FL 32407 Acceptance: Receiving Officer, Naval Surface Warfare Center Panama City Division (NSWC PCD) 110 Vernon Avenue Panama City FL 32407 Award will be based on an acceptable proposal at a fair and reasonable price. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-7 - System for Award Management 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Management Maintenance 52.204-19 - Incorporation by Reference of Representation and Certifications. 52.209-6 - Protecting the Government's Interest when Sub with Contractors debarred, Suspended 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-25 - Affirmative Action Compliance 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-50 - Combat Trafficking Persons 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-2 - Service of Protest. 52.233-3 - Protest After Award 52.246-16 - Responsibility for Supplies 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A - System for Award Management 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015 - Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.211-7003 - Item Unique Identification and Valuation 252.225-7001 - Buy American and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7003 - Electronic Submission of Payment Request & Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instruction 252.232-7010 - Levies on Contract Payments (Dec 2006) 252.247-7023 - Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/69b8dfacb01c078c3a2c809a6a267f1f)
 
Place of Performance
Address: NSWC PCD, 110 Vernon Ave., Panama City, Florida, 32407, United States
Zip Code: 32407
 
Record
SN03796924-W 20150716/150715000136-69b8dfacb01c078c3a2c809a6a267f1f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.