Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2021 SAM #7309
SOLICITATION NOTICE

59 -- Data Transport System Curtiss-Wright

Notice Date
12/3/2021 1:03:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
1300963748
 
Response Due
12/8/2021 12:00:00 PM
 
Archive Date
01/30/2022
 
Point of Contact
Shannon Canada
 
E-Mail Address
shannon.m.canada.civ@us.navy.mil
(shannon.m.canada.civ@us.navy.mil)
 
Description
THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FORINFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" A determination by the Government not to compete this effort is solely within the discretion of the Government.� This announcement constitutes the only solicitation and a written solicitation will not be issued. The Government will consider other bids. This requirement is being synopsized as a small business set aside under the North American Industry Classification System (NAICS) code 334111, and PSC Code 5998.� ****NOTE: The required fill-in provisions 52.204-24 and 52.204-26 attached to this post must be filled in and returned with your quote to be considered for award. **** The Naval Air Warfare Center- Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to procure, on a Sole Source (SS) basis to CWC Electronic Systems Inc. Curtiss-Wright Defense Solutions 2600 Paramount Place Suite 200 Fairborn� OH� 45324. The contractor shall provide: 1.� Data Transport System, P/N: VS-DTS1SL-106, Qty 2 2.� DTS1 Ethernet Reset, P/N: VS-DTS1ETHCAB-J2, Qty 2 3.� DTS3 Ethernet Cable Assembly, P/N: VS-DTSETHCAB-00, Qty 2 4.� DTS1 Power Input Cable Assembly, P/N: VS-DTS1PWRCAB-00, Qty 2 Please see attached Statement of Work (SOW). The estimated delivery is on or before 26 weeks ARO. This is a firm-fixed price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and acceptability. Shipping Charges: These items will be delivered F.O.B. Destination, and shipping shall be included in the price. Contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670 Technically acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent that the offeror provide sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposal. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2008-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc.� Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2018) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. Please provide the following information with your quote: 1. CAGE Code: 2. DUNS#: 3. Payment Terms of NET 30. 4. Pricing - are these items on a commercial published, on-line, or internal Price list. 5. If available on a price list, please provide a copy. All price listings will be kept confidential. 6. If not available on a price list please provide information on how pricing is determined (example: item cost+ %, labor rate and materials, etc.) 7. Estimated Delivery Date or Period of Performance: 8. Invoicing and payment will be made thru Wide Area Workflow (WAWF),
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/058d15ddf6f54a6fad964806de99f039/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06190906-F 20211205/211203230115 (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 |
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.