SOLICITATION NOTICE
16 -- StarGen SG2010-A4 Chips
- Notice Date
- 5/30/2025 5:56:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-25-SIMACQ-TPM265-0758
- Response Due
- 6/14/2025 8:59:00 PM
- Archive Date
- 06/29/2025
- Point of Contact
- LCDR Kyle Ellis, Phone: 6199878542, Blake Strickland
- E-Mail Address
-
kyle.p.ellis.mil@us.navy.mil, blake.a.strickland.civ@us.navy.mil
(kyle.p.ellis.mil@us.navy.mil, blake.a.strickland.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation #: N00019-25-SIMACQ-TPM265-0758 Procurement Type: Combined Synopsis/Solicitation Date Posted: May 30, 2025 Title: Direct Acquisition of STARGEN PCI Peripheral Chips PSC: 1680 � Misc. Aircraft Accessories and Components NAICS Code: 336411 � Aircraft Manufacturing Is this a(n) (American) Recovery and Reinvestment Act Action? No Response Date: (15days) 14 June, 2025, 11:59 pm EST Primary Point of Contact: LCDR Kyle Ellis, Contract Specialist; kyle.p.ellis.mil@us.navy.mil Secondary Point of Contact: Blake A. Strickland, Procuring Contracting Officer; Description: This is a combined synopsis/solicitation for commercial products or commercial services 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. The solicitation is issued as a Request for Quote (RFQ) under Solicitation Number N00019-25-SIMACQ-TPM265-0758. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 (17 January 2025). Small Business Set-Aside: 100%; NAICS: 336411; Small Business Size Standard: 1,500 List of Line Items: STARGEN PCI Peripheral Chips Part Number SG2010-A4, each, up to a quantity of 500. Description of Requirements for the Items to be Acquired: Items required for Distributed Targeting Processor (DTP) A1 and A2 modules in F/A-18 E/F and EA-18G aircraft. Dates and Places of Delivery and Acceptance: Please populate the attachment (1) in response to this solicitation. The provision at FAR 52.212-1 does apply to this acquisition. The provision at FAR 52.212-2 does not apply to this acquisition. The Government reserves the right to award multiple contracts resulting from this solicitation to the responsible offerors whose offers conforming to the solicitation will be most advantageous to the Government, price and technical factors considered. For price, offerors shall populate the attachment (1) to this request for quote with the unit price, as well as quantity offered. The price should reflect Freight on Board Destination. Offerors shall also propose delivery dates, expressed as days after contract award. For the technical factor, the offeror shall submit evidence of the stock on hand to support the proposed quantity, as well as the condition of the hardware, including how the items have been stored, and any objective quality evidence that accompanies the parts. The offeror shall also confirm how the hardware will be shipped to the Government (i.e. the Original Equipment Manufacturer packaging, electrostatic discharge packaging, etc.,). If available, offerors shall provide certification that chips have passed SAE standard AS6081 testing and are not counterfeit. The Government anticipates the awardee will deliver an Acceptance Test Report of counterfeit testing as a Contract Data Requirements List deliverable using document DI-QCIC-81891, the cost for which shall be included in the unit price of the hardware. Batch testing can be done only on parts with sequential serial numbers; populations with non-sequential serial numbers must be tested separately. The Government may evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to award multiple contracts to fulfill its total quantity needs. Offerors are advised to include a completed copy of the provision at FAR 52.212-3 with its offer. The clause at FAR 52.212-4 does apply to this acquisition. The clause at FAR 52.212-5 does apply to this acquisition. The DPAS assigned rating to this acquisition is DO-A7. Offers are due on or before 4 June 2025, 11:59 pm EST to LCDR Kyle Ellis at kyle.p.ellis.mil@us.navy.mil Please see the Primary and Secondary Points of Contact for the contact information for the individuals to contact for information regarding the solicitation. Place of Contract Performance: To be determined Archiving Policy: Automatic, 15 days after response date Archive Date: NA Allow Vendors to Add/Remove From Interested Vendors: No Allow Vendors To View Interested Vendors List: No
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9c6eae508df941528a656d9aab5b20c1/view)
- Place of Performance
- Address: Richmond, VA 23297, USA
- Zip Code: 23297
- Country: USA
- Zip Code: 23297
- Record
- SN07461261-F 20250601/250530230048 (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 |