Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2024 SAM #8296
SOLICITATION NOTICE

59 -- � SOLE SOURCE � REPAIR AND MANUFACTURE OF AN/SPS-49 SOLID STATE HIGH VOLTAGE SWITCH AND BIAS POWER SUPPLY

Notice Date
8/12/2024 12:03:11 PM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016424RWP18
 
Response Due
9/11/2024 11:00:00 AM
 
Archive Date
10/26/2024
 
Point of Contact
Jacob LaFree, Phone: 812-854-5059, Ashton Wagler, Phone: 812-381-1953
 
E-Mail Address
jacob.m.lafree.civ@us.navy.mil, ashton.t.wagler.civ@us.navy.mil
(jacob.m.lafree.civ@us.navy.mil, ashton.t.wagler.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N0016424RWP18 � SOLE SOURCE � REPAIR AND MANUFACTURE OF AN/SPS-49 SOLID STATE HIGH VOLTAGE SWITCH AND BIAS POWER SUPPLY � PSC 5930 - NAICS 334511 Anticipated Issue Date: 12 August 2024 � Closing Date: 11 September 2024 - 14:00 PM EDT Naval Surface Warfare Center, Crane Division, Crane, IN 47522 intends to enter into a Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee (CPFF) [MSOffice1]�[JL2]�Indefinite Delivery/Indefinite Quantity (IDIQ), non-commercial, 100% Total Small Business Set-Aside contract with Polarity, Inc., 11294 Sunrise Park Drive, Rancho Cordova, California 95742-6599, (CAGE 1KQE1) with an anticipated award date in the third (3rd) quarter of FY25 at an anticipated dollar value of $6,600,00.00. The intent to solicit and award this contract is in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The proposed action is for the procurement of supplies, services, repair, and manufacture of AN/SPS-49 Solid State High Voltage Switch (SSHVS) and Bias Power Supply (BPS) in support of the AEGIS AN/SPS-49 Radar System for Performance Based Logistics Organic (PBLO).� The basis for restricting competition is that the data rights for the repair, upgrade, and new manufacture of the SSHVS and BPS remain proprietary to Polarity Inc. and are not available to the Government. Polarity Inc. is considered the only responsible source possessing the requisite knowledge, engineering expertise, and technical data to perform the required overhauls. Additionally, anticipated substantial duplicative costs to the Government to qualify another manufacturer�s product for shipboard use which are not anticipated to be recuperated through competition and the anticipated unacceptable delays in fulfilling the agency requirements through any other source.� [MSOffice3]� The proposed contract action is for supplies which the Government intends to solicit with only one source under authority of FAR 6.302-1. 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 proposals. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. The Naval Surface Warfare Center, Crane Division intends to issue a solicitation on a sole source basis for an anticipated IDIQ contract that will cover a five-year ordering period. The Government intends to award FFP, five (5) year IDIQ Contract. Delivery terms are F.O.B Destination, Inspection and Acceptance: Source with final Inspection and Acceptance at destination. Data deliverables are in accordance with Contract Data Requirements Lists, DD 1423's. Solicitations and amendments for this sole source action will not be posted to sam.gov and are only available from the POC identified below. No hard copies of the Solicitation or Specifications will be mailed.� All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov.� The Point of Contact for this effort is Jacob LaFree, e-mail: jacob.m.lafree.civ@us.navy.mil or Telephone: 812-854-5059. The Contracting Officer for this effort is Ashton Wagler, e-mail: ashton.t.wagler.civ@us.navy.mil or Telephone: 812-381-1953. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. �[MSOffice1]Is this accurate? My understanding is this is only FFP �[JL2]So the current WP53 and the CLIN structure for this have Category II Repairs as CPFF because there is no way to FFP those repairs. Also there is a Non-Recurring Engineering CLIN that is CPFF. �[MSOffice3]This does not help justify the sole source. Recommend updating to language from the previous contract�s synopsis: �The data rights for the repair, upgrade, and new manufacture of the SSHVS and BPS remain proprietary to Polarity Inc. and are not available to the Government. Polarity Inc. is considered the only responsible source possessing the requisite knowledge, engineering expertise, and technical data to perform the required overhauls.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/216c2a543dda4cbcb2d69e1a0900674c/view)
 
Record
SN07166727-F 20240814/240812230120 (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.