Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2023 SAM #7921
SOLICITATION NOTICE

J -- OEM Repair & Calibration Services

Notice Date
8/3/2023 1:37:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-23-R-0075
 
Response Due
8/13/2023 2:00:00 PM
 
Archive Date
08/28/2023
 
Point of Contact
Richard E. Myers, Phone: 5628228752
 
E-Mail Address
richard.e.myers58.civ@us.navy.mil
(richard.e.myers58.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation N00421-23-R-0075�issued as a combined synopsis/solicitation. The Naval Air Warfare Center Aircraft Division (NAWCAD) intends to award a Firm-Fixed Price (FFP) contract, on a Brand Named Specific bases to Liberty Test Equipment, 1640 Lead Hill Blvd, Suite 120, Roseville, CA 95661, Cage Code 58NM0. This procurement is for repair and/or calibration, of equipment, which is defined as a Directional Bridge(s). P/N: 80502, DIRECTIONAL BRIDGE, Qty: 9 �� Repair and calibration RMA#�s 11261, 11262, 11263, 11264, 11265, 11266, 11267, 11268 & 11269 to cover the following: Type: 80502 Man: Liberty Test Equipment Serial No: 1820909, 1820924, 1820927, 1820955, 1820966, 1820988, 1821013, 1821014, & 1821017 Gigatronics or their ""Authorized Distributors"" are the only authorized suppliers of The 80502 any vendor that is chosen for the 80502 must be an ""Authorized Distributors"" of Gigatronics services/products.� They cannot substitute make or model.� Because of these mandatory requirements set by Measurement Science Department, Corona, CA, incompatibility and interchangeability issues, exist.�� These Procedures are distributed from the Measurement Science Department, Corona, CA to all the NAVAIR Calibration Laboratories. Units must be compatible and interchangeable.� These laboratories must follow these procedures to the steps and cannot deviate or make substitutions. The procedures of FAR Part 12 and 13.5 will be utilized for this commercial acquisition. Offerors must be registered in the System for Award Management (SAM) Database prior to submission of an offer to be considered for award of any DOD contract. This may be accomplished electronically at http://www.sam.gov/vendor.cfm. This procurement is a total set-aside for small business under the authority of FAR Part 52.219-6. This is a firm fixed-price procurement; therefore, the Offerors initial offer should represent the vendor�s best quote in terms of price and technical acceptability. Your quote must contain enough technical information to evaluate your quote. Your quote will only be evaluated on the information you provide. *SEE ATTACHED RFQ Offers must complete the attached certification in Section K of this solicitation, 52.209-11, Representation by Corporation Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law. Please complete certification and provide with your offer. Please include the following information with your response: 1. FOB: 2. Shipping Cost: 3. Tax ID# 4. Dun & Bradstreet # 5. Cage Code: 6. Small Business � Yes ___ No ___ 7. Estimated Delivery Date: 8. Commercial Catalog or Published Price List (if available) Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received by 5 PM EST, August 13, 2023. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the government. Information received will be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information received. For information contact: Richard Myers at; Richard.e.myers58.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ae3aad60d72740f0b9aaae1ad6a9cc2b/view)
 
Record
SN06775130-F 20230805/230803230048 (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.