The RFP Database
New business relationships start here

Submarine Mobile Acoustic Training Target Enhanced Transmission Loss Vehicles (SUBMATT ETLV)


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

 This is a combined synopsis and solicitation for commercial systems and services 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; proposals are being requested and a written solicitation will not be issued. Request For Quotation (RFQ) number is N66604-15-Q-0194. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This is unrestricted, NAICS Code:  334519, and size standard is 500 employees. NUWC Division Newport intends to procure Submarine Mobile Acoustic Training Target Enhanced Transmission Loss Vehicle (SMATT ETLV) systems and associated launch kits, Part Number 312409-1; Quantity of nine (9); and services to support calibration and deployment certification of units in accordance with the attached Statement of Work.  Delivery of units is required within 150 days from date of purchase order award and the calibration and certification shall be completed within 120 days of final delivery of all units.   It is expected to place a Firm Fixed Price contract with Lockheed Martin Sippican, Inc., Marion, MA  02738.  They are the sole manufacturer of the SUBMATT ETLV System.  The design is proprietary to Lockheed Martin Sippican and as the designer of the system, Lockheed Martin Sippican is the only company qualified to provide the required fabrication and technical support for the SUBMATT ETLV components authorized for installation and operation aboard U.S. Navy submarines.  All other timely offers will be considered. Offers for other vendors must contain complete information and prices. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important.  FAR 52.212-3 Offeror Representations and Certifications-Commercial Items applies.  FAR 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, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply:  none.  Vendors must be registered in System for Award Management (SAM).  Registration information can be found at https://www.sam.gov .  Offers should include price and delivery terms and the following additional information: CAGE Code. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offers must be submitted to Contracts Department, Building 1258, Naval Undersea Warfare Center Division Newport, Attn:  Debra Dube, Code 0222, 1176 Howell St., Newport, Rhode Island 02841-1708, faxed to 401-832-4820, or e-mailed to debra.dube@navy.mil. ; Offers must be received by 2:00 p.m. on 3 December 2014. For information on this acquisition contact Debra Dube at 401-832-2281 or email debra.dube@navy.mil .


Debra J Dube, 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