Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
MODIFICATION

58 -- Multi-Beam Imaging Sonar

Notice Date
8/1/2018
 
Notice Type
Modification/Amendment
 
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
N66604-18-Q-3128
 
Point of Contact
Christina Sherron, Phone: 4018326462
 
E-Mail Address
christina.sherron@navy.mil
(christina.sherron@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is answer industry questions, which have been asked in various ways, and to re-emphasize the purpose of this combined synopsis/solicitation. Q1: Could you please provide more detailed specifications for the purpose of providing a quote? A1: Due to software compatibility concerns, and in order to prevent a delay of scheduled testing and duplicative costs associated with the software development for integration of a new product, the Government has decided to proceed as a Sole Source to Tritech North America. As stated below in the combined synopsis/solicitation, "This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed purchase order based upon responses to this notice 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 in the future. Offers for other products must contain complete product information and prices." Any information provided by other vendors will be considered solely for the purpose of determining whether this should be competitive for future procurements. This is a combined synopsis and solicitation for commercial services 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. Request for Quotation (RFQ) number is N66604-18-Q-3128. This requirement is being solicited on a Sole Source basis, due to software compatibility concerns as determined by the Contracting Officer and concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The basis for the sole source is to prevent a delay of scheduled testing, and to prevent additional and duplicative costs associated software development for integration of a new product. 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, on a Firm Fixed Price (FFP) basis, one (1) Multi-Beam Imaging Sonar. For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below. Item Description Minimum Requirement Quantity/ PoP Unit Price Total Price CLIN 0001 Multi-beam Imaging Sonar: 1. Multiple Beam 2. 2D Sonar Imaging 3. Dimensions: Less Than 150x150x250mm 4. Weight: Less Than 10 lbs 5. Power: Less Than 50 watts 6. Interfaces: Ethernet 7. Can be safely deployed, retrieved, and operated from a small unmanned surface vehicle (USV) 8. Existing Software Compatibility 1 Each/ Upon award- September 7, 2018 Total The CLIN structure also identifies the Government Minimum Specifications. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. The offeror shall state in their quote if shipping is included in their price. The desired delivery date is 5 weeks ARO. Contractors SHALL invoice seven (7) calendar days after award. The Government has determined that this requirement includes an exception to Electronic and Information Technology (EIT), citing FAR 39.204(b), therefore, Section 508 requirements do not apply. In accordance with DFAR Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via wide area workflow (WAWF). If UID does not apply the Governments preferred payment method is via credit card. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offerors shall include price, delivery terms, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. 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) 2005-95. 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. The government's payment method will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). This requirement constitutes a sole source solicitation. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed purchase order based upon responses to this notice 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 in the future. Offers for other products must contain complete product information and prices. 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 website. Offers must be e-mailed directly to Christina Sherron at Christina.Sherron@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Friday, 10 August 2018. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Sherron at Christina.Sherron@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-3128/listing.html)
 
Place of Performance
Address: Chandler Street, Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN05015597-W 20180803/180801231338-48881df062a58ccf196cfe88f51e50f4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.