Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

58 -- SOLE SOURCE - SINGLE COLOR DIODE PUMPED LASER DESIGNATOR (P/N 68800000-19), DUAL BEAM EMITTER AND RECEIVER (P/N 68902000-9), TRI-BEAM EMITTER AND RECEIVER (P/N 68901300-19) AS SPARE/REPLACEMENT ITEMS, FOR FAILURE ANALYSIS AND REPAIR OF FAILED MTS UNITS

Notice Date
2/26/2016
 
Notice Type
Presolicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016416RJQ08
 
Archive Date
8/8/2016
 
Point of Contact
Jeannie Cummins, Phone: 812-854-5993
 
E-Mail Address
jeannie.cummins@navy.mil
(jeannie.cummins@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-16-R-JQ08 - SOLE SOURCE - SINGLE COLOR DIODE PUMPED LASER DESIGNATOR (P/N 68800000-19), DUAL BEAM EMITTER AND RECEIVER (P/N 68902000-9), TRI-BEAM EMITTER AND RECEIVER (P/N 68901300-19) AS SPARE/REPLACEMENT ITEMS, FOR FAILURE ANALYSIS AND REPAIR OF FAILED MTS UNITS - FSC 5855 - NAICS 333314 Anticipated Issue Date: 22 APR 2016 - Anticipated Closing Date: 23 JUN 2016 - 2:00 PM EST This solicitation is being posted to the Federal Business Opportunities (FBO) page located at https://www.fbo.gov/. FBO is the single point of entry for posting of synopses and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. SOLE SOURCE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane has a requirement to award a five-year, Firm-Fixed-Price, Indefinite-Delivery, Indefinite-Quantity contract for Single color Diode Pumped Laser Designator (P/N 68800000-19), Dual Beam Emitter and Receiver (P/N 68902000-9), Tri-Beam Emitter and Receiver (P/N 68901300-19) as spare/replacement items, for failure analysis and repair of failed MTS units. This requirement includes procurement of spares, repairs, failure analysis and Organic Depot Training. The contractor shall furnish all materials, parts, supplies, equipment, labor, technical expertise, supporting documentation, and any other incidental items necessary to produce and provide components or repairs of the Single color Diode Pumped Laser Designator (P/N 68800000-19), Dual Beam Emitter and Receiver (P/N 68902000-9), Tri-Beam Emitter and Receiver (P/N 68901300-19) to the government as required by contract. The FOB point shall be FOB destination: NSWC Crane. Inspection and acceptance will be at Destination. Delivery orders shall be within scope, issued within ordering period, and be within the maximum total dollar value of approximately $44,880,400 over a five-year period. Delivery date for the laser transmitter shall be within 150 days after award and the repairs shall take no longer than 60 days. The proposed contract action is for the supplies for which the Government intends to solicit and negotiate with one source, the Original Equipment Manufacturer (OEM) Northrop Grumman Guidance and Electronics Company Inc., 2787 S. Orange Blossom Trail, Apopka, FL, 32703, under authority of FAR 6.302-1 (statutory authority 10 U.S.C. 2304(c)(1)). The basis for restricting competition is the lack of sufficient technical data and duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. The duplicative cost and delay necessitated are from integration and test costs of the Laser Transmitter which includes reverse engineering the Laser Transmitter and develop specifications, soliciting competitive offers and awarding to an alternate source would be a minimum of five (5) years for development, production, system integration and operational test verification. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government not to compete with 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 determining whether to conduct a competitive procurement. Companies interested in subcontracting opportunities should contact Northrop Grumman Guidance and Electronics Company Inc. directly. The proposed contract action will use written solicitation procedures in accordance with FAR part 15 for the anticipated award of this sole source acquisition. The anticipated contract award date is first quarter fiscal seventeen (17). The anticipated solicitation and attachments will be made available through FedBizOps. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. The solicitation attachments will be posted to the FBO website concurrently with the solicitation. The Contractor must be properly registered in the Government System for Award Management database (SAM) in order to receive the solicitation attachments. To be eligible for award, contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. All changes that occur prior to the closing date will be posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. The point of contact at NSWC Crane is Ms. Jeannie Cummins, Code 0231, at telephone 812 854 5993, Fax 812 854 5364 or e-mail: jeannie.cummins@navy.mil. The mailing address is: Ms. Jeannie Cummins, Code 0231, Bldg. 3373 Room 223C139, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416RJQ08/listing.html)
 
Record
SN04032600-W 20160228/160226234440-ef806b5ac80a7ee0e89c3d11238edb0c (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.