SOLICITATION NOTICE
58 -- Applied Systems Engineering (ASE) Magnetron Transmitters
- Notice Date
- 9/19/2016
- 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-2351
- Archive Date
- 10/11/2016
- Point of Contact
- Rosemary E. Shuman, Phone: 4018327167
- E-Mail Address
-
Rosemary.Shuman@navy.mil
(Rosemary.Shuman@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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-2351. This requirement being solicited 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 334511. The Small Business Size Standard is 1,250 employees. NUWC Division Newport intends to purchase the following Applied Systems Engineering (ASE) Magnetron Transmitters on a brand name, Firm Fixed basis: CLIN ASE Magnetron Transmitter Model # QTY 0001 (Base Year) Model 327X-15115, 100KW, 8.5-9.6 GHz 1 Model 327Ku-13238, 100KW, 14.0-15.2 GHz 1 0002 (Year 2) - OPTION 1 Model 327X-15115, 100KW, 8.5-9.6 GHz 2 Model 327Ku-13238, 100KW, 14.0-15.2 GHz 2 0003 (Year 3) - OPTION 2 Model 327X-15115, 100KW, 8.5-9.6 GHz 2 Model 327Ku-13238, 100KW, 14.0-15.2 GHz 2 0004 (Year 4) - OPTION 3 Model 327X-15115, 100KW, 8.5-9.6 GHz 2 Model 327Ku-13238, 100KW, 14.0-15.2 GHz 2 0005 (Year 5) - OPTION 4 Model 327X-15115, 100KW, 8.5-9.6 GHz 2 Model 327Ku-13238, 100KW, 14.0-15.2 GHz 2 Total: 18 This combined synopsis/ solicitation is in support of NUWC Code 70, Ranges, Engineering and Analysis, and is for a multiple year contract for ASE Magnetron Transmitters in varying quantities; required for the Shipboard Electronics Systems Evaluation Facilities (SESEF) ULM-4 Test Set. The MCEB's JF12-10647 dated 17 July 2013 provides approval for operation of the ULM-4 system and includes a list of authorized key components used to generate electromagnetic emissions within the system. The configuration cited in JF12-10647 must be met at all SESEF sites at all times to support testing of critical electronic warfare (EW) systems for the fleet. The only transmitter models approved for the ULM-4 system are the ASE Model 327X and ASE Model 327Ku. The only authorized Magnetron Transmitters for the ULM-4 test set are the ASE models described in the table above. The Government's requirement for ASE X-band and Ku-Band magnetron transmitters, in support of the ULM-4 test sets, does not allow for substitution of another manufacturer's transmitter. In order to meet the needs of the Navy in supporting and performing the required testing of critical EW systems for the Fleet, the SESEF sites must maintain the current configuration of the ULM-4 test sets, employing ASE transmitters. This requirement does not include EIT, or is exempt from Section 508 requirements. The period of performance (PoP) is one (1) Base year from the date of award, with four (4) additional Option years, for one (1) year periods. The total PoP for this requirement with exercised options is five (5) years. 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 Rosemary Shuman at rosemary.shuman@navy.mil. Offers must be received by 2:00 p.m. (EST) on Monday, 26 September 2016. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Rosemary Shuman at rosemary.shuman@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2351/listing.html)
- Record
- SN04278258-W 20160921/160919235634-0b7f867b5586587a0745cd4f20a27cb2 (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 |