Inactive
Notice ID:N00174-19-R-0150
Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), intends to issue a Firm Fixed Price (FFP) contract on a Sole Source basis to Safety Management...
Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), intends to issue a Firm Fixed Price (FFP) contract on a Sole Source basis to Safety Management Services (SMS) cage code: 1JHG7 Address: 1847 W. 9000, Ste 205, West Jordan, UT 84088. This is being sole sourced because, hazard classification equipment has to be able to be integrated with, Go Detect software. This purchase will include installation, calibration and training of the following: an Electrostatic Discharge (ESD) machine, which measures sensitivity to electricity, and a Go-Detect operator assistance system. This system records the test in high-speed and allows the operator to review the test frame by frame in order to make the best go/no-go determination possible. The system will also make automated reaction decisions and perform statistical analysis. Other equipment includes a friction sensitivity test platform, and two friction test machines, one for Modified Bureau of Mines (MBOM) testing and one for Bureau of Explosives. Please direct any questions or concerns to Waylin Duhon at Waylin.Duhon@navy.mil. This will be a limited sources sole source procurement. NAICS Code (334519); SB Size Standard (Yes); PSC Code (6635). 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. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within fifteen days after date of publication of this synopsis. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. This Solicitation will be restricted under 10 U.S.C. 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1; Only one responsible source and no other supplies or services will satisfy agency requirements. Any inquiries may be submitted via electronic mail to Waylin.duhon@navy.mil . Contracting Office Address: 4081 North Jackson Road, Bldg. 841 Indian Head, MD 20640 United States Point of Contact: Waylin Duhon Contract Specialist Waylin.duhon@navy.mil Primary Point of Contact.: Waylin Duhon waylin.duhon@navy.mil Phone: 301-744-6746 Contracting Office Address: 4081 N. Jackson Rd. Bldg 841 Indian Head, Maryland 20640-5116 United States [GEACNC1]Send the excel spread sheet to the customer and ask which description describes the camera best. Also ask the customer to review the proposed synopsis. If Kay approves of the NAICS & FSC you can proceed with issuing the synopsis.