SOLICITATION NOTICE
66 -- SOLE SOURCE � BRAND NAME COHERENT INC TEST EQUIPMENT
- Notice Date
- 12/14/2020 2:38:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016421Q0045
- Response Due
- 12/17/2020 1:00:00 PM
- Archive Date
- 01/31/2021
- Point of Contact
- Rose Brown, Phone: 8128548941
- E-Mail Address
-
rose.brown@navy.mil
(rose.brown@navy.mil)
- Description
- N00164-21-Q-0045 � SOLE SOURCE � BRAND NAME COHERENT INC TEST EQUIPMENT� PSG 6625 - NAICS 334515 ISSUE DATE 14 DEC 2020 � CLOSING DATE 17 DEC 2020 � 4:00 PM Eastern Time ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for the purchase of test equipment from the Original Equipment Manufacturer (OEM) Coherent, Inc. of Santa Cara California.� Test products combine to make a test system in support of the Joint Biological Point Test System (JBPDS) breakout below: QTY 4, Lab Max TOP Laser Power & Energy Meter (RoHS) Contains Lithium Ion, P/N1104622, QTY 4, J-25MT-10KHZ: EnergyMAX Sensor (RoHS), P/N 1110747 QTY 4, LaserCam HR II 2/3"" USB Camera System (RoHS), P/N 1282870QTY 4, C-VARM (Continuous Variable Attenuator), P/N 33-3336-000 The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate for Brand Name purchase with one source, Coherent, Inc, under the authority of FAR 13.106-1. This is being sole sourced because NSWC Crane currently houses the previous version of the Coherent Inc. test equipment. Due to a required upgrade of computer equipment, the current test equipment is not compatible with windows 10 that subsequently updated as well. The equipment listed above is the new upgraded version of the Coherent Inc. test equipment and is compatible with windows 10. The Government must procure the Coherent Inc. test equipment to ensure continuity with the current equipment. New test equipment would contain new software that would have to align to the current in house software and there are no guarantees that this would transition. In addition, there is no guarantee that another vendor�s product would be compatible with the JBPDS. Both of these reasons would lead to extensive funding to make the equipment compatible as well as increased schedule delay. Units are currently down for testing to procure and receive the test equipment which is already causing the schedule to move to the right. The aforementioned risk to cost and schedule would not be recouped via competition. All responsible sources may submit a capability statement, which shall be considered by the agency. 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://sam.gov. Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov All changes to the requirement that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/.� It is the responsibility of interested vendors to monitor https://beta.sam.gov/ for any amendments, which may be issued to this solicitation.� For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Offers shall be e-mailed to rose.brown@navy.mil.��� All required information must be received on or before 17-DEC-2020 at 4:00 p.m. EASTERN TIME.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2a07945aa8344651a44eda60231d6e24/view)
- Record
- SN05873555-F 20201216/201214230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |