DOCUMENT
58 -- SOLE SOURCE - PRODUCTION OF CROSSED FIELD AMPLIFIERS USED IN THE AN/SPY-1D(V) RADAR SYSTEM - Attachment
- Notice Date
- 7/25/2012
- Notice Type
- Attachment
- NAICS
- 334411
— Electron Tube Manufacturing
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016412RGR24
- Response Due
- 8/31/2012
- Archive Date
- 10/15/2012
- Point of Contact
- MS. AMBER NEAL 812-854-8539 MS. AMBER NEAL, 812-854-8539
- Small Business Set-Aside
- N/A
- Description
- This solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site 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 alternative 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 has a requirement for the production of Crossed Field Amplifiers (CFAs) used in the AN/SPY-1D(V) Radar System in accordance with the Statement of Work and applicable drawings. A solicitation will be issued in pursuant to the procedures in FAR Part 15 for an anticipated FFP IDIQ contract that will cover a two-year offering period. Delivery Terms are F.O.B. Destination, Inspection and Acceptance: Destination. The Naval Surface Warfare Center, Crane Division intends to enter into a Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with either L-3 Communications Corporation 1035 Westminster Dr. Williamsport, PA 17701, CAGE Code 89146 or Communications & Power Industries LLC 150 Sohier Rd. Beverly, MA 01915, CAGE Code 88236, in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. There will be limited competition between the two sources. The contract will include CLIN 0001: Production of CFAs with a minimum of 1 and maximum of 144 The basis for restricting competition is the proprietary information/data rights owned by L-3 and CPI who retain proprietary information about the Crossed Field Amplifiers. Delivery will be specified in individual orders. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. 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 this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received in response to this synopsis will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contractors submitting proposals to the solicitation must be registered in the Central Contractor Registration database, located at http://www.ccr.gov. The specification and drawing are limited distribution (Distribution D) and will not be made available unless approval is granted. Interested contractors must be registered in CCR and the Joint Certification Program (JCP) in order to receive access. Information about the JCP is located at http://www.dlis.dla.mil/jcp. The solicitation will not be available for download but may be made available upon request. Offers must be submitted in the format specified within the solicitation to be considered. It is the responsibility of offerors to request a copy of the solicitation and to submit offers to the POC at NSWC Crane to be considered. Closing date will be on or about 31 August 2012. POC: Ms. Amber Neal (amber.neal@navy.mil), telephone (812) 854-8539, or via fax (812) 854- 4355. Complete mailing address is Code CXMR, Bldg. 3168, NSWC 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/N0016412RGR24/listing.html)
- Document(s)
- Attachment
- File Name: N0016412RGR24_12RGR24_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RGR24_12RGR24_syn.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016412RGR24_12RGR24_syn.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016412RGR24_12RGR24_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RGR24_12RGR24_syn.docx)
- Record
- SN02815647-W 20120727/120726000834-2611b0f41eb2010e616e426e61d13e8f (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 |