Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2024 SAM #8313
SOLICITATION NOTICE

59 -- Gen3 GSSS9000

Notice Date
8/29/2024 9:37:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017824RC629
 
Response Due
9/5/2024 9:00:00 AM
 
Archive Date
09/20/2024
 
Point of Contact
Terrence Turner, Phone: 5407428853
 
E-Mail Address
terrence.o.turner.civ@us.navy.mil
(terrence.o.turner.civ@us.navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017824RC629 Submitted by: Terrence Turner NAICS Code: 334412 FSC Code: 5998 Anticipated Date to be published in SAM.gov:� 08/29/2024 � Anticipated Closing Date: 09/05/2024 Contracts POC Name: Terrence Turner Telephone#:� 540-742-8853 Email Address: terrence.o.turner.civ@us.navy.mil Code and Description: 5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.��� Synopsis/Solicitation N0017824RC629 is issued as a Request for Quotation (RFQ).� The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.� The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.� This requirement is not eligible for small business set-aside. �The requiring activity is the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). The following hardware and software licenses, manufactured by Spirent Federal Systems, Inc., are required with installation services to enhance Inertial Measurement Unit (IMU) emulation to increase the number of satellites by providing the capability to utilize multi-constellation as a solution to navigation testing by the Government: �Quantity Part Number Description 1 PNTX-B-1112 PNT X series GNSS Simulator consisting of a controller, with SimGEN operating software, and a signal generator with 1 RF output with � GPS L1 � GPS L2 1 PNTX-B-0001 PNT X Bundle � Add SDR card to RF1 1 PNTX-3003 PNT X GPS L5 feature key 1 PNTX-3011 PNT X GAL E1 feature key 1 PNTX-3012 PNT X GAL E5 feature key 1 FED-INT3 Onsite Integration by Spirent Federal 1 SimINERTIAL-003 SimINERTIAL with Honeywell HG9900 interface 1 Fed-ISRS-2 Honeywell ISRS-2 Card 2 SF1001-13 FPGA AOC Security Module for PNT-X Spirent Federal Systems is located in Pleasant Grove, UT.� Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13.� The order shall be firm fixed price.�� All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.� The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data as well as published pricing.� Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization.� Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM).� Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 05 September 2024, no later than 12:00 p.m. EST with an anticipated award date by September 2024.� Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to terrence.o.turner.civ@us.navy.mil prior to the RFQ closing.� Email should reference Synopsis/Solicitation Number N0017824RC629 in the subject line. COMBINED SYNOPSIS/SOLICITATION #: N0017824RC629 Submitted by: Terrence Turner NAICS Code: 334412 FSC Code: 5998 Anticipated Date to be published in SAM.gov: �08/29/2024 Anticipated Closing Date: 09/05/2024 Contracts POC Name: Terrence Turner Telephone#: �540-742-8853 Email Address: terrence.o.turner.civ@us.navy.mil Code and Description: 5998 Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware � This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. � � Synopsis/Solicitation N0017824RC629 is issued as a Request for Quotation (RFQ). �The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. �The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. � This requirement is not eligible for small business set-aside. �The requiring activity is the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), Weapon Control & Integration Department (H), Unmanned & Expeditionary Weapon Systems Division (H40), Weapon Control System Engineering, (H41), Battle Management Systems (BMS) program. The following hardware and software licenses, manufactured by Spirent Federal Systems, Inc., are required with installation services to enhance Inertial Measurement Unit (IMU) emulation to increase the number of satellites by providing the capability to utilize multi-constellation as a solution to navigation testing by the Government:� �Quantity �� �Part Number �� �Description� 1 �� �PNTX-B-1112 �� �PNT X series GNSS Simulator consisting of a controller, with SimGEN operating software, and a signal generator with 1 RF output with� � GPS L1� � GPS L2� 1 �� �PNTX-B-0001 �� �PNT X Bundle� � Add SDR card to RF1� 1 �� �PNTX-3003 �� �PNT X GPS L5 feature key� 1 �� �PNTX-3011 �� �PNT X GAL E1 feature key� 1 �� �PNTX-3012 �� �PNT X GAL E5 feature key� 1 �� �FED-INT3 �� �Onsite Integration by Spirent Federal� 1 �� �SimINERTIAL-003 �� �SimINERTIAL with Honeywell HG9900 interface� 1 �� �Fed-ISRS-2 �� �Honeywell ISRS-2 Card� 2 �� �SF1001-13 �� �FPGA AOC Security Module for PNT-X� Spirent Federal Systems is located in Pleasant Grove, UT. � Please include shipping/freight cost to Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. �The order shall be firm fixed price. �� All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. �The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data as well as published pricing. �Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. �Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). �Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.� Quote is due 05 September 2024, no later than 12:00 p.m. EST with an anticipated award date by September 2024. �Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to terrence.o.turner.civ@us.navy.mil prior to the RFQ closing. �Email should reference Synopsis/Solicitation Number�N0017824RC629 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f9bae280b464f389d0c8adc7bf44410/view)
 
Record
SN07192464-F 20240831/240829230123 (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.