The RFP Database
New business relationships start here

SOLE SOURCE - AN/SLQ-32(V)6 ASSEMBLY SPARES


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

N00164-15-R-WM70 - SOLE SOURCE - AN/SLQ-32(V)6 ASSEMBLY SPARES - FSC 5865 - NAICS 334511

Anticipated Issue Date 10 NOV 2014 - Anticipated Closing Date 24 NOV 2014 - Time 12:00 PM EST



The Government has a requirement for AN/SLQ-32(V)6 installation check out spare parts manufactured by Linear Photonics, Hamilton, NJ. It is anticipated this action will result in a five year IDIQ (Indefinite Delivery, Indefinite Quantity) contract for spare parts required for installation and check out during AN/SLQ-32(V)6 shipboard installations on US Navy and Coast Guard ships. The procurement will be for an estimated minimum dollar amount of $100,000 and a maximum estimated dollar amount of $7,379,936 over the five year ordering period. The requirement is for spares of the Linear Photonics assembly parts to include P/Ns: 77A126686P4 Module, Dual TX FIB, 77A126686P9 Fan Module, AD 77A126686P7 Module, Controller, 77A126686P5 Module, Quad RX FIB, 77A126686P8, Module Power Supply, and 77A126686P6 Module, Fan. .FOB destination delivery will be 8-20 weeks after receipt of order at NSWC Crane, Crane, IN. This effort will be Sole Sourced to Linear Photonics, 3 Nami Lane, Hamilton, NJ 08619 in accordance with the authority 10 U.S.C. 2304(c)(1). The Government does not possess complete technical data package to compete this action. A competitive procurement approach would require extensive cost duplication for non-recurring engineering and product validation and an unacceptable delay in schedule to meet requirement needs. The effort will not be set aside for small business concerns.


No solicitation will be made available at Fed Biz Opps and no hard copies of the solicitation will be mailed. Responsible sources may submit inquiries or a capability statement, proposal, or quotation which will be considered by the agency on or around 24 November 2014. Government point of contact is Mr. Roger Brett, Code 0222, telephone 812-854-5269, or e-mail roger.brett@navy.mil (preferred). Complete mailing address is: NSWC Crane Division; ATTN: Roger Brett; Code 0222, Bldg 121; 300 Highway 361; Crane, IN 47522-5001. Please refer to the above solicitation number when responding to this notice. All changes to the requirement that occur prior to the closing date will be executed via an amendment. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.


The following applies to any companies submitting inquiries who wish to receive additional information.
Joint Certification Program required:
The technical data package contains information that is restricted. Only businesses that have completed DD Form 2345 and have been certified by the Department of Defense, United States/Canada Joint Certification Office are allowed to receive the package. Additional information is available at http://www.dlis.dla.mil/jcp/ .


Contractors must be properly registered in the Government's Joint Certification Program (JCP) in order to receive the solicitation attachments. Offerors may obtain information via the Internet at https://www.sam.gov. Information about the JCP is located at http://www.dlis.dla.mil.



Contracting Office Address:
Code 0222, Building 121
300 Highway 361
Crane, IN 47522-5000


Roger Brett, Phone 812-854-5268, Fax 812-854-3805, Email roger.brett@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP