The RFP Database
New business relationships start here

Crystal Group Hard Drive Assemblies


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUES THE ONLY NOTICE THAT WILL BE ISSUED.
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet.
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; proposals are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-19-Q-3297.
The North American Industry Classification Systems (NAICS) code for this requirement is 334118, which has a Small Business Size Standard of 1,000 employees. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. It is expected to place a purchase order with Crystal Group, Inc., as they are the only known source capable of meeting the Government's requirement. The Naval Undersea Warfare Center, Division Newport's (NUWCDIVNPT) Office for Small Business Programs concurs with this determination. The Sole Source Justification is attached.
This procurement will be processed using FAR Part 13, Simplified Acquisition Procedures. A Firm Fixed Price (FFP) type purchase order is anticipated. The required delivery for this requirement is 10 weeks after date of award; F.O.B. Destination, NUWCDIVNPT, Newport, RI.
NUWCDIVNPT has a requirement for the following antenna parts, identified in the Contract Line Item Numbers (CLINs), for the Flared Base Group (FBG) Antenna Assembly field change kits (no substitution items allowed):

(1) Crystal Systems Drive Sled Assembly 2.5 HDD, SATA, RS Series, 00, Part #MTA-00117; sixteen (16) each
(2) Crystal Systems FRU, Hard Drive, 1.2TB SAS HDD in MTA-00117 Sled, Part #FRU-00185; eight (8) each
(3) Crystal Systems Drive Sled Assembly, Rugged Carrier, RDC420, Drive Sled Only, 00, Part #A59015; twelve (12) each
(4) Crystal Systems FRU, Hard Drive, 256G SATA SSD, Part #FRU-00153; four (4) each
(5) Crystal Systems FRU, Hard Drive, 1TB SATA, 2.5 in HDD in A59015 Sled, Part #FRU-00174; four (4) each
(6) Crystal Systems System RS112 460 WAC, I5-3550S, 8G DDR3, Part #CMS-00376; six (6) each
This notice of intent is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Offers for other products must contain complete product information and prices.
Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular, at the time of this notice.
The following Clauses and provisions apply to this solicitation:
- FAR 52.212-1, Instructions to Offerors--Commercial Item;
- FAR 52.212-3, Offeror Representations and Certifications--Commercial Items;
- 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;
- DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;
- DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; and
- DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support.


Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The Government has determined that this requirement is exempt from 508 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. Payment will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). This solicitation requires 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.


Offers should include price and delivery terms and the following additional information: point of contact information (including phone number and email address) and contractor cage code. Defense Priorities and Allocations System (DPAS) rating of DO-A7 applies. Offers must be emailed directly to Debra Dube at debra.dube@navy.mil. Offers must be received by 2:00 pm on 18 September 2019. For information on this acquisition, contact Debra Dube at (401) 832-2281 or debra.dube@navy.mil.


Debra J Dube, Contract Specialist, Phone 401-832-2281, Fax 401-832-4820, Email debra.dube@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP