Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2024 SAM #8314
SOLICITATION NOTICE

59 -- Oscillators

Notice Date
8/30/2024 1:57:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660424Q0525
 
Response Due
9/6/2024 11:00:00 AM
 
Archive Date
09/21/2024
 
Point of Contact
Hannah Murphy, Phone: 4018328020
 
E-Mail Address
Hannah.l.murphy7.civ@us.navy.mil
(Hannah.l.murphy7.civ@us.navy.mil)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).� Request for Quote (RFQ) number is N6660424Q0525. NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order to CAES (Herley Industries) Mission Systems LLC on a sole source basis for the following local oscillators. This requirement is being solicited as unrestricted as concurred with by the NUWCDIVNPT Director of the Office of Small Business Programs. The North American Industry Classification System (NAICS) code for this acquisition is 334419. � The local oscillators are a critical part of Government systems. �CAES, Herley Industries, is a qualified provider capable of producing the local oscillators, which meets all the requisite functional and performance parameters.� The local oscillators are fully integrated into the Government�s design, and other ancillary system components that have been tailored to operate with the CAES, Herley Industries, local oscillators, ensuring all functional and performance requirements are met. The local oscillators are a highly complex electronic circuitry requiring highly specialized manufacturing processes to ensure the functional and performance requirements are achieved.� CAES is the only source certified and currently possesses the unique knowledge, expertise, and manufacturing facilities required to produce and deliver the local oscillators. Item Number� � � � � � � � � � � � � � � � � � Description/Part Number� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Quantity CLIN 0001� � � � � � � OSCILLATOR, DIELECTRIC RESONANCE, PHASE LOCKED, (Band-11 LO)� � � � � � � � ��5 Each � � � � � � � � � � � � � � � � � P/N: PDRO-3445 (30500/100.329/15V/X2/TH/I) CLIN 0002� � � � � � � �OSCILLATOR, DIELECTRIC RESONANCE, PHASE LOCKED, (Band-11 LO)� � � � � � � � �14 Each � � � � � � � � � � � � � � � � � P/N: PDRO-3445 (30500/100.329/15V/X2/TH/I) CLIN 0003� � �OSCILLATOR, DIELECTRIC RESONANCE, PHASE LOCKED, (Band-12 LO)� � � � � � � � � � � � � ��6 Each � � � � � � � � � � � �P/N: PDRO-4417 (44000/100/+15V/X4/TH/I) CLIN 0004� ��OSCILLATOR, DIELECTRIC RESONANCE, PHASE LOCKED, (Band-12 LO)� � � � � � � � � � � � � � �15 Each � � � � � � � � � � �P/N: PDRO-4417 (44000/100/+15V/X4/TH/I) CLIN 0005� � � � � Contracts Data Requirements List, Exhibit A, provided as Attachment to this notice.� � � � � � � � � � � �1 Lot Delivery must be FOB Destination to Newport, RI� 02841 Quote shall provide best delivery date. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).� The following provisions and clauses apply to this solicitation: 52.204-7�System for Award Management. 52.204-13�System for Award Management Maintenance. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services FAR 52.212-2, Evaluation � Commercial Items; FAR 52.212-3 ALT 1 � Offeror Representations and Certifications � Commercial Items Alternate 1 FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following DFARS provisions and clauses apply to this solicitation: 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident� Information. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.� 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.� 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements. 252.204-7020, NIST SP 800-1717 DOD Assessment Requirements. In accordance with DFARS clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Payment will be via Wide Area Workflow (WAWF). Quotes must include price, shipping costs, and the following additional information with submission: point of contact (including phone number and email address), Offeror CAGE, Offeror UEI number, and shall include a validity date of no less than 60 days from due date for receipt of offers.� This solicitation requires an active registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.� Quotes shall be submitted electronically to hannah.l.murphy7.civ@us.navy.mil and must be received on or before Friday, 6 September 2024 at 1400 Eastern Standard Time (EST). �For questions pertaining to this acquisition, please contact Hannah Murphy at hannah.l.murphy7.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd76b28b99264a4dae1a735704dde11a/view)
 
Record
SN07194026-F 20240901/240830230123 (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.