Sole Source Requirement for TCS Antenna Feed Upgrades and Spares
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159855367961202 |
Posted Date: | Jan 11, 2023 |
Due Date: | Jan 16, 2023 |
Solicitation No: | 1301052405 |
Source: | https://sam.gov/opp/93aaa59467... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Jan 11, 2023 12:21 pm EST
- Original Published Date: Jan 11, 2023 12:13 pm EST
- Updated Date Offers Due: Jan 16, 2023 03:00 pm EST
- Original Date Offers Due: Jan 16, 2023 03:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jan 31, 2023
- Original Inactive Date: Jan 31, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
-
NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
-
Place of Performance:
Patuxent River , MD 20670USA
THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to award this purchase on a sole source basis; however, all quotes will be considered. This announcement constitutes the only solicitation; and a written solicitation will not be issued. 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 technical acceptability. The Government will not pay for any information received.
This announcement is a request for quote (RFQ). This requirement is being synopsized as a small business set-aside under the North American Industry Classification System (NAICS) code 334511, Size Standard 1,250 employees, PSC code 5985.
The Naval Air Warfare Center Aircraft Division (NAWCAD), located at the Naval Air Station Patuxent River, MD intends to establish a FFP contract on a sole source basis to Telemetry & Communications Systems, INC. (TCS), 10020 Remmet Ave, Chatsworth, California, 91311.
TCS is the only authorized dealer of the TCS Antenna System, therefore, the only one who can upgrade the feeds and provide the spares/parts.
Contractors shall provide the following:
1. P/N: 304340‐17‐UPG, Feed Upgrade, LS‐Band for PAX, QTY 13.
2. P/N: 304340‐17, Feed assembly, LS‐Band (w/o Mid‐S), QTY 1.
3. P/N: 302575‐02, 24 VDC Power Supply Assy ‐ 3Ks, QTY 1.
4. P/N: 302575‐04, 24 VDC Power Supply Assy ‐ 5Ks, QTY 1.
5. P/N: GWS500‐24, 24V, 85‐264 VAC Power Supply, QTY 1.
6. P/N: 309623‐01, ACU ‐M1 SBC/Display Kit/Pwr L. C., QTY 1.
7. P/N: 301827‐21, Datapack Encoder, Multiturn Abs, 17bits ST, QTY 1.
8. P/N: 301521‐03, Dehumidifier, Modified, 110V, QTY 1.
9. P/N: 308435‐01, HD Camera Assembly, QTY 2.
10. P/N: 308448‐02, Monitor, Video HD‐SDI, 4K, 15.6", QTY 2.
11. P/N: 306715‐01, Motor/ Brushless 3KD, QTY 1.
12. P/N: 306715‐02, Motor/Brake, Brushless 3K Std, QTY 1.
13. P/N: 303060‐J1310, Pedestal I/F PCB Assembly, QTY 1.
14. P/N: 303060‐J1320, Pedestal I/F PCB Assembly, QTY 1.
15. P/N: 303060‐J1331, Pedestal I/F PCB Assembly, QTY 1.
16. P/N: 302296‐11‐C012, Remote S. Motor/Encoder/Servo, QTY 1.
17. P/N: 307337‐10, Sensor w/ Connector, Scanner, QTY 1.
18. P/N: 304790‐01‐J1321, Servo, Programmed, 3K, QTY 1.
19. P/N: 303355‐13, Slip Ring Assy, 3K ‐ 46 Ckts, QTY 1.
Please see attached Statement of Work.
Required Delivery Date:
All items shall be received within Four (4) Months after receipt of order (ARO). Early or partial shipments are accepted and are preferred.
Acceptance and Delivery will be to:
Atlantic Test Range
Attn: Greg Pennington
23013 Cedar Point Road, Building 2118
Patuxent River, MD 20670
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
Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The provision at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2018-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 (Mar 2020) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2018) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (DEVIATION 2018-O0021) is incorporated by reference.
Quotes are due to Shannon Canada, purchasing agent, at shannon.m.canada.civ@us.navy.mil by 3:00 PM Eastern Local Time, Monday, January 16th, 2023.
Please provide the following information with your quote:
- CAGE Code:
- UEI #:
- Payment Terms of NET 30.
- Pricing - are these items on a commercial published, on-line, or internal Price list.
- If available on a price list provide a copy. All price listings will be kept confidential.
- If not available on a price list please provide information on how pricing is determined (example: item cost+ %, labor rate and materials, etc.)
- Estimated Delivery Date or Period of Performance:
- Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it became mandatory to be registered in order to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.
- BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
- PATUXENT RIVER , MD 20670-1545
- USA
- Shannon Canada
- shannon.m.canada.civ@us.navy.mil
- Jan 11, 2023 12:21 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 11, 2023 12:13 pm EST Combined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.