SOLICITATION NOTICE
58 -- OA-9277/SRC Multicoupler
- Notice Date
- 7/16/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039-02-R-0018
- Response Due
- 9/16/2002
- Point of Contact
- Point of Contact - Sandra J Jones, Contract Specialist, 858-537-0306
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Command (SPAWAR) intends to negotiate a sole source contract with RF Products, Inc., located in Camden, NJ 08103 under N00039-02-R-0018 pursuant to the statutory authority of Title 10, U.S.C. Section 2304(c)(1), only one responsible source, as implemented by FAR 6.302-1(a)(1). This contract will fulfill requirements for new construction ships in Fiscal Years 2003 through 2007. SPAWAR intends to award a Firm Fixed Price (FFP) Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract, or a Basic Ordering Agreement (BOA), with an ordering period of five years beginning in fiscal year 2003. First deliveries of the multicouplers shall begin by 31 July 2003, based on a contract award no later than 1 December 2002. This contract is for procurement of a minimum quantity of 1 EA and up to a maximum quantity of 102 EA new production OA-9277/SRC Multi-couplers, including Technical Manuals and data. The contractor shall ensure that the new production units are form, fit, and functionally interchangeable (down to the module level) with existing OA-9277/SRC equipment. The contractor shall insure that the new production multi-couplers shall replicate the field performance of the existing OA-9123/SRC multi-couplers and OA-9277/SRC multi-couplers now in the fleet, as defined in the Statement of Work. The contractor shall insure that the new production multi-couplers shall be compatible with all existing government depot repair equipment and procedures, the existing technical manuals, and all existing logistics support information. RF Products was the original designer and production contractor of the OA-9123/SRC and OA-9277/SRC Multi-couplers. They have the detailed knowledge and expertise to provide both the hardware and software; and the integration, production, and testing facilities necessary to design, produce and deliver OA-9123/SRC or OA-9277/SRC multi-couplers to meet the needs of the US Navy in a timely manner. A complete data/design package is not available. Packaging, Certification of Conformance, and an Acceptance Test Data Package and Report is to be provided by the contractor as a part of this requirement. Interim spares and OBRPs, updates to existing Installation Control Drawings, Provisioning Technical Documentation and Allowance Lists will be available for ordering under separate CLINs. This contract will also include the ability to order the OA-9123/SRC version of the multi-coupler per MIL-C-28858A (EC). The Statement of Work (SOW) and Specification MIL-C-28858A (EC) are available at https://e-commerce.spawar.navy.mil. Click on Business Opportunities; then Headquarters; then Future Opportunity; then click on the yellow folder or blue arrow to the left of N00039-02-R-0018; then on Statement of Work (SOW) or on Specifications. The NAICS code for this procurement is 334290. Therefore, a small business for the purposes of this procurement is defined as a business, including its affiliates, with no more than 750 employees. Please refer to FAR Part 19 for additional requirements that must be met in order to qualify as a small business. The FAR is available at http://web2.deskbook.osd.mil/default.asp. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, all responsible sources that can provide supporting data to demonstrate that they can successfully produce OA-9277/SRC Multi-couplers as called out in the Statement of Work (SOW) and Specification will receive consideration. Interested sources must provide a detailed description of the multi-coupler being offered and demonstrate their ability to produce and deliver the equipment by providing past performance information. Responses shall be in writing and no longer than ten (10) pages. All responses shall be e-mailed to sandra.jones@navy.mil and pamela.kibler@navy.mil . Responses received by 2:00 PM PDT on 31 July 2002 will be considered. Questions or requests for additional information must be in writing and e-mailed to sandra.jones@navy.mil and pamela.kibler@navy.mil. Telephone requests will not be honored. Questions shall NOT contain any information considered proprietary as the questions and answers will be posted to the SPAWAR website. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Any information submitted that is considered proprietary should be marked accordingly. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete with this proposed contract based upon responses to this notice 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. See Note 22.
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(http://www2.eps.gov/spg/USN/SPAWAR/SPAWARHQ/N00039-02-R-0018/NA https://e-commerce.spawar.navy.mil/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=04D78451E42C402288256BF90000BE23&editflag=0)
- Record
- SN00117824-W 20020718/020717062151 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |