SOLICITATION NOTICE
61 -- Inertial Measurement Unit
- Notice Date
- 5/20/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-16-Q-2214
- Archive Date
- 6/9/2016
- Point of Contact
- Chet Swiszcz, Phone: 4018328409
- E-Mail Address
-
chester.swiszcz@navy.mil
(chester.swiszcz@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-16-Q-2214. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. NUWC Division Newport intends to award a firm fixed-price contract to Systron Donner Inertial Inc., for the following items: Three (3) EA Inertial Measurement Unit (IMU) - part number SDI500-AE08. Required delivery is 14 weeks after award, F.O.B. Destination Naval Station Newport; Newport, RI 02841. Systron Donner Inertial Inc. is the only company that provides IMU that interface with the existing vehicle control computer both mechanically and electrically without modifications. To ensure compatibility, facilitate vehicle integration, and eliminate the need for additional software development a SDI500 IMU is required to avoid engineering costs related to integrating a new product. All other offerors may submit a quote that will be reviewed by the Government. 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. This notice of intent is not a request for quote. A determination by the government not to compete based upon responses to this notice is solely at the discretion of the government. The NAICS for this requirement is 334511; the size standard is 1250 employees. FAR 52.212-1, Instructions to Offerors - Commercial Items applies. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items apply. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Full text of incorporated FAR/DFAR clauses and provisions may be accessed electronically at https://acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2214/listing.html)
- Record
- SN04124485-W 20160522/160520234621-0a3ed9045622ca747ff2e31238e4b094 (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 |