Rhode Island Bids > Bid Detail

Successive Detection Video Amplifier

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159091241859454
Posted Date: Sep 15, 2023
Due Date: Aug 4, 2023
Solicitation No: N6660423Q0572
Source: https://sam.gov/opp/1646adaade...
Follow
Successive Detection Video Amplifier
Active
Contract Opportunity
Notice ID
N6660423Q0572
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

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.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 15, 2023 08:25 am EDT
  • Original Published Date: Jun 23, 2023 08:19 am EDT
  • Updated Date Offers Due: Aug 04, 2023 02:00 pm EDT
  • Original Date Offers Due: Jun 27, 2020 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2023
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5996 - AMPLIFIERS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA
Description View Changes

The purpose of Amendment 0002 is to clarify the brand name requirement and to add the basis of award.



PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED.



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; quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) number is N66604-23-Q-0572.



The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the following Quantic Planar Monolithics Industries, Inc. items, on a Brand Name basis, no substitutions allowed.



Quantic Planar Monolithics is the original equipment manufacturer (OEM) of the required Successive Detection Logarithmic Video Amplifier (SDLVA). and was selected by Boeing-Argon, the ESM Electronics Assembly (EEA) OEM, as the sole provider capable of producing a SDLVA which meets all the requisite functional and performance parameters of the EEA System. The Quantic Planar Monolithics’ SDLVA is the only product certified to meet the Government’s minimum specification requirements. The cost and time to develop and certify a second source of supply for the SDLVA would significantly impact fleet schedules and add substantial duplication of costs. Therefore, it is in the best interest of the Government to procure this on a brand name.



CLIN Description/Part QTY Price



0001 018.0 to 40.0 GHz SDLVA-18G40G-65-CD-292FF 27326040 19



This requirement is being solicited as a 100% small business set aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334511; the Small Business Size Standard is 1250 employees.



The required delivery date is1/19/2024; F.O.B. Destination, Newport, RI.



Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR provisions and clauses apply to this solicitation:



52.204-19 Incorporation by Reference of Representations and Certifications



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (see Attachment #2 to be filled out by Offeror)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



52.212-1, Instructions to Offerors Commercial Items



52.212-3, Offeror Representations and Certifications Commercial Items



52.212-4, Contract Terms and Conditions Commercial Items



52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items



52.233-4, Applicable Law for Breach of Contract Claim



The following DFARS provisions and clauses apply to this solicitation:



252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors



252.246-7008, Sources of Electronic Parts



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. If UID applies, payment will be made through the Wide Area Workflow (WAWF).



Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far



The following addenda or additional terms and conditions apply. Defense Priorities and Allocations Systems (DPAS) rating is DO-C9



Section 508 exemption applies to this procurement:



(f) Products located in spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment are not required to comply with this part.



This solicitation 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



Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. In order to be determined technically acceptable, the offeror shall:




  1. Submit all quantities and parts as listed in the above table on a brand name basis only, no substitutions allowed; and

  2. Deliver items by the required award date.



The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor DUNS.





The quotes must be submitted via email to the below address and must be received on or before Friday, 04 August 2023, 2:00PM UTC. Offer received after the closing date are considered to be late and may not be considered for award.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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.

Start Free Trial Today >