SPECIAL NOTICE
58 -- SOURCES SOUGHT – PRETRIGGER CONVERTER AND BLANKING UNIT FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM BLOCK 2 SYSTEM
- Notice Date
- 6/17/2016
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016416SNB96
- Archive Date
- 8/4/2016
- Point of Contact
- Lynn Masterson-Brinegar, Phone: 812-854-8865
- E-Mail Address
-
lynn.masterson-brine@navy.mil
(lynn.masterson-brine@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-16-S-NB96 - SOURCES SOUGHT - PRETRIGGER CONVERTER AND BLANKING UNIT FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM BLOCK 2 SYSTEM - FSC 5865 - NAICS 334511 Anticipated Issue Date 20 June 2016 - Anticipated Closing Date 20 July 2016 at 2:00 P.M. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. The Government does own the full technical data package. This announcement is not for development purposes. Any duplication of costs for development will be at the contractor's expense. This Sources Sought Synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. The Government awarded contact N00164-12-D-WM45, which is a firm fixed price, indefinite delivery, indefinite quantity (IDIQ) contract with a five year ordering period, to Eon Instrumentation Inc., 15531 Cabrito Road Ste A, Van Nuys, CA 91401, on April 2012. The contract award was for engineering development model, minimum 1, and maximum 3, low rate initial production (LRIP) units, minimum 0, maximum 24 of the pretrigger converter and blanking (PCAB) unit. Inspection and acceptance is destination (NSWC Crane, IN 47522) by a NSWC Government representative. The current requirement is for an additional 13 PCAB LRIP units. The anticipated modification is to increase the contract ceiling to cover the production of 13 additional PCAB LRIP units. The original contract was negotiated with full and open competition after exclusion of sources. It was 100% set aside for small business. This modification will be negotiated on a sole-source basis in accordance with the statutory authority 10 U.S.C. (c)(1)(a)(2)(iii) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The basis for restricted competition is: Eon Instrumentation, Inc., designed, developed and manufactured the EDMs and LRIP units. A follow on production contract is anticipated but to meet fleet installations due to ship class change 13 additional LRIP units are required in FY16 and FY17. Establishing alternative sources would result in unacceptable duplicative costs attempting to reverse engineer the LRIP. Additionally there is no time for this to happen as the reverse engineering would take years. The Government intends to uses full and open competition, 100% set aside for small business for the follow on production contract. Questions or inquiries should be directed to Ms. Lynn Masterson-Brinegar, Code 0243 at telephone 812-854-8865 or email: lynn.masterson-brine@navy.mil. Complete mailing address is Ms. Lynn Masterson-Brinegar, code 0243, building 121, NAVSURFWARCENNDIV Crane, 300 highway 361, Crane, IN 47522-5001. Reference the above contract number when responding to this notice
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNB96/listing.html)
- Record
- SN04153696-W 20160619/160617234319-309f12dc0612d9bd9425d161e2605fc4 (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 |