SOLICITATION NOTICE
59 -- Power Amplifiers - Brand Name Justification
- Notice Date
- 8/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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-2811
- Archive Date
- 9/17/2016
- Point of Contact
- Brian K. Rochelle,
- E-Mail Address
-
brian.rochelle@navy.mil
(brian.rochelle@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request For Quotation (RFQ) number is N66604-16-Q-2811. This RFQ is being advertised as a 100% small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334515. The Small Business Size Standard is 500 Employees. NUWC Division Newport intends to purchase the following items on a Firm Fixed basis: CLIN 0001: QUANTITY of SIX (6) Krohn-Hite Wideband Power Amplifiers (model 7602M.) CLIN 0002: Shipping Charges (if applicable and separately priced) CLIN 0003: QUANTITY of TWO (2) Krohn-Hite Wideband Power Amplifiers (model 7602M.) CLIN 0004: Shipping Charges (if applicable and separately priced) The quoted amplifiers must be brand name and model specific only, with no substitutions. The basis for the brand name is NUWC determined only this item and model will meet the Government's minimum needs at a reasonable price at the Government's required schedule. NUWC made this determination because the Krohn-Hite 7602M power amplifier has proprietary parts which must match exactly. The Navy would have to reconfigure the current system which would involve major re-design as well as causing major delays and potential work stoppage in critical testing, research, and training, at each of the Navy's Acoustic testing facilities and within the fleet. Offerors must submit detailed product information along with the quote, to demonstrate quoted items are in fact the specific model requested. In addition, only NEW products will be accepted. The Government will NOT consider submissions offering refurbished equipment. Electronic and Information Technology (EIT) 508 Compliance is exempt for this requirement based on an approved exception. Required delivery is six (6) weeks after receipt of order (ARO). F.O.B. DESTINATION, Newport, RI 02841. Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. 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. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. Offers must be e-mailed directly to Brian Rochelle at brian.rochelle@navy.mil. Offerors must be received by 2:00 p.m. (EST) on Friday, 2 September 2016. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Brian Rochelle at brian.rochelle@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2811/listing.html)
- Record
- SN04243281-W 20160828/160826235035-1e51075a4bd6eadb89efab877da9a6db (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 |