The RFP Database
New business relationships start here

Maintenance of Sonardyne Sentinel IDS Systems


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

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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b).  Request for Quotation (RFQ) number is N66604-18-Q-3106.

The North American Industry Classification Systems (NAICS) code for this requirement is 541330.  The Small Business Size Standard is 15M dollars.  This action is being processed on a sole source basis to Northern Defense Industries, Inc. (Sonardyne, Inc.'s strategic partner for maritime security and defense projects in the United States).  The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs concurs with the sole source determination. 

NUWCDIVNPT intends to award a sole source, firm-fixed price contract to Northern Defense Industries, Inc. (NDI) for the following:

CLIN 0001: Maintenance and Upgrade of Two (2) Sonardyne Sentinel Intruder Detection Sonar (IDS) Systems, Quantity: 1 JOB.

CLIN 0002: CDRLs Associated with CLIN 0001, Quantity: 1 LOT (Not Separately Priced).  See the attached document, "Attachment #1 CDRLs".

The Contractor shall upgrade the existing processing units to meet the following requirements:
•1.     Each processing unit shall include a new Intel i7 processor

•2.     Each processing unit shall include the current latest version of Signal Processing, Automatic Detection and Tracking, and Command Workstation software

•3.     Each processing unit shall include single, ARM-based processors

•4.     Each processing unit's sonar head hardware shall be fully inspected for corrosion and damage

•5.     Each processing unit shall include new sonar head external fixing and sacrificial anodes

•6.     Each processing unit shall be fully system tested, both on-bench and in-tank

Sonardyne, Inc. the original equipment manufacturer (OEM) of the system, is the legal owner of the proprietary technical documentation, operating software, processing software and data analysis associated with the Sondardyne Sentinel IDS Systems. Therefore, it is the only source capable of meeting the Government's needs for the upgrade. NDI is Sonardyne's exclusive strategic partner for maritime security and defense projects in the United States. As such, NDI is the only vendor that is authorized and able to fulfill this requirement.

This notice 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. 

The required period of performance is as follows: Date of Contract Award through 31 March 2019, or sooner.

F.O.B. DESTINATION, Naval Station Newport, RI 02841. 

Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular.

The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. Clauses 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation.

The Government's method of payment will be via WAWF/iRAPT.

Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/.

Additional terms and conditions:

Defense Priorities and Allocations System (DPAS) rating is DO-C9.

Section 508: The procurement is exempt from EIT Accessibility Standards.

This request for quote requires 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.

The Offeror shall include price, delivery terms, and the following additional information with submissions: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number.

The quote must be received on or before 24 September 2018 at 2:00PM EST. A quote received after this date and time is late and will not be considered for award. The quote shall be submitted via electronic submission to Kristina Michael at Kristina.michael@navy.mil.


Kristina E. Michael, Contract Specialist/Negotiator, Phone 4018325218, Email kristina.michael@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP