SOLICITATION NOTICE
61 -- CCD Power-Subsurface Transformer Cores
- Notice Date
- 3/20/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334416
— Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
- ZIP Code
- 32407
- Solicitation Number
- N6133115T0036
- Archive Date
- 4/11/2015
- Point of Contact
- Stacy Figlinski, Phone: 8502355842
- E-Mail Address
-
stacy.figlinski@navy.mil
(stacy.figlinski@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- FEDBIZOPS ANNOUNCMENT FOR AN/SLQ-48 SUBSURFACE POWER TRANSFORMERS •(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-0036. A subsequent solicitation document will not be issued. •(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. •(iv) The NAICS Code is 334416. Small Business Size Standard is 500 employees. The FSC is 6120. •(v) 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 Espey Manufacturing and Electronics, 233 Ballston Avenue, Saratoga Springs, NY 12866, on a sole source basis, to acquire power-subsurface transformer cores. •(vi) The following items are being procured: CLIN Number Part Number Nomenclature Quantity 0001 RA-3P151 CCD Power-Subsurface Transformer Cores 25 •(vii) This procurement is sole source for the following reasons. Espey is the original equipment manufacturer of the transformer system. As such, only Espey Systems has the expertise, technical data, equipment, and experienced personnel to successfully fabricate the transformer cores to meet the interface and power requirements of the AN/SLQ-48 MNV. The AN/SLQ-48 MNS is over 30 years old and has many obsolescence issues that are addressed on an ongoing basis. There is a minimal number of support vendors that are still willing to provide parts and components at the levels required to maintain the AN/SLQ-48 MNS for fleet usage. Espey is one of those vendors. Any alterations to research and accommodate other vendor's products would require substantial and costly start-up cost and changes to the AN/SLQ-48 MNS. These costs would not be recouped through competition. In summary, given the complexity of the required items and the level of system knowledge required to successfully manufacture them, Espey is the only source possessing the expertise, internal technical data, equipment, and experienced personnel necessary to successfully provide the required equipment. •(viii) FOB Destination: Delivery Point Destination is the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. All items will be delivered within thirty (30) days after contract award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference with addenda as noted: 52.204-8 Annual Representation and Certifications (JAN 2014) 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Governments Interest when Subcontracting Debarred, Suspended or Proposed for Debarment (AUG 2013) 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005) 52.212-2 Evaluation-Commercial Items (Jan 1999) - Evaluation Award will be made to the lowest priced responsible offeror meeting all requirements of the attached specification. 52.212-3 Offeror Representations and Certifications- Commercial Items (MAY 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (July 2014), the following clauses apply and are incorporated by reference: 52.203-3 Gratuities (APR 1994), 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), WITH Alternate I (OCT 1995) 52.219-1 Small Business Program Representations (APR 2012) 52.219-6 Notice of total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (JUL 2014) 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (JUN 2008) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (Jul 2013). 52.232-36 Payment by Third Party (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.244-6 Subcontracts for Commercial Items (DEC 2013) 52.247-34 F.O.B. Destination (NOV 1991). 52-252-2 Clauses Incorporated By Reference (Feb 1998) the full text of a clause may be accessed electronically at www.acquisition.gov/far. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009). 252.211-7003 Item Identification and Valuation (AUG 2008). Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 52.203-3 Gratuities (APR 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009); 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUL 2009); 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.243-7002 Requests for Equitable Adjustment (MAR 1998); 252.247-7023 Transportation of Supplies by Sea. The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is DO-C9. Responses to this solicitation are due by 9 September 2014 at 2:00 P.M Central Standard Time. At a minimum, responsible sources shall provide the following: (1) A signed and dated price proposal on letterhead which identifies the name, address and telephone number of the offeror. (2) The solicitation number, the requested item and each Option, with its unit price, extended price, and total price. (3) Prompt payment terms (4) Remittance address if different than mailing address (5) Tax I.D. #, Duns #, and Cage Code. (6) In addition the offeror shall provide a technical description in sufficient detail to evaluate compliance with the requirements in the solicitation. (7) A completed copy of the Representation and Certifications at FAR 52.213-3, see FAR 52.212-3 (j) for those representations and certifications that the offeror shall complete electronically. (8) Acknowledgment of Solicitation amendments (9) Proposals shall be valid for 30 days. Offers proposals and questions can be addressed to Stacy Figlinski at email Stacy.Figlinski@navy.mil or phone. Reference RFQ # N61331-15-T-0036 on your proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1170a62892349f40ac1c4bbdb6404414)
- Place of Performance
- Address: 110 Vernon Avenue, Panama City FL 32407, Panama City, Florida, 32407, United States
- Zip Code: 32407
- Zip Code: 32407
- Record
- SN03674387-W 20150322/150320234629-1170a62892349f40ac1c4bbdb6404414 (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 |