SOLICITATION NOTICE
59 -- SOLE SOURCE – LIQUID CRYSTAL DISPLAY (LCD) - 18Q0044_sol - 18Q0044_att
- Notice Date
- 1/25/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component 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
- N0016418Q0044
- Archive Date
- 4/12/2018
- Point of Contact
- Mitchelle Walton, Phone: 812-854-3760
- E-Mail Address
-
mitchell.walton@navy.mil
(mitchell.walton@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 18Q0044_sol N00164-18-Q-0044 - SOLE SOURCE - LIQUID CRYSTAL DISPLAY (LCD) - FSC 5975 - NAICS 334419 Issue Date: 25 JAN 2018 - Closing Date: 26 FEB 2018 - 02:00 PM EST (EDT) This solicitation is being issued pursuant to the procedures of FAR 13/13.5. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-18-Q-0044 is hereby issued as an attachment hereto. Naval Surface Warfare Center (NSWC) Crane intends to award a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity contract on a sole source basis to General Digital Corporation, 8 Nutmeg Rd. S, South Windsor, CT 06074. The solicitation will be issued for the manufacture and delivery of the Liquid Crystal Display (LCD) part number 90-3064-010-C. The minimum contract quantity is 1 and the maximum is 525. Delivery will be required FOB Destination to NSWC Crane with inspection and acceptance at Destination. This requirement will be negotiated on a sole source basis in accordance with Statutory Authority 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2), only one responsible source and no other type of supplies or services will satisfy agency requirements. The basis for restricting competition is the LCD is available from only one responsible source and no other type will satisfy agency requirements. The development of a new LCD would result in cost and schedule delays that are unacceptable to the Government. All responsible sources may submit a capability statement, proposal, or quote, which shall be considered by the agency. In addition to a capability statement, proposal, or quote all offerors shall submit a plan on how they will overcome the duplication of cost and schedules delays associated with the Government procuring an LCD from a company other than General Digital Corporation. 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. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. All changes that occur prior to the closing date will be sent directly to General Digital Corporation and not posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. Questions or inquiries should be directed to Mitch Walton, Code 0233, telephone 812-854-3763, e-mai mitchell.walton@navy.mil. Please reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418Q0044/listing.html)
- Record
- SN04799505-W 20180127/180125231124-ac92a41affc62d10a2578962e0b70a41 (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 |