Inactive
Notice ID:N0017822RC601
COMBINED SYNOPSIS/SOLICITATION #: N0017822RC601 Submitted by: Suzanne Gibson NAICS Code: 334511 FSC/PSC Code: 5999 Anticipated Date to be published in beta.SAM.gov: 18 Oct 2021 Anticipated Closing Dat...
COMBINED SYNOPSIS/SOLICITATION #: N0017822RC601 Submitted by: Suzanne Gibson NAICS Code: 334511 FSC/PSC Code: 5999 Anticipated Date to be published in beta.SAM.gov: 18 Oct 2021 Anticipated Closing Date: 12 Nov 2021 Contracts POC Name: Suzanne Gibson Email Address: Suzanne.gibson@navy.mil Code and Description: 5999 – Miscellaneous Electrical and Electronic Components This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Synopsis/Solicitation N0017822RC601 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. This requirement is not eligible for small business set-aside. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis to Applied Technology Associates (ATA) for the following manufactured products: one (1) each Production Course Tracker/Fine Tracker (CT/FT) Chassis, model number 0300000221, which includes algorithms, software, firmware, and electronics necessary to conduct real-time, closed-loop tracking. Applied Technology Associates (ATA) is located in Chantilly, VA 20151. The CT/FT Tracker helps collate and send the communication to the Operator Station (OPS) for display and functionality within the graphical user interface (GUI). Applied Technology Associates (ATA) is the only manufacturer capable of creating the tracker system that meets the necessary performance while maintaining a form factor that will fit within the fielded system. Any deviation will introduce unknown risk into the design and build. Utilization of these commercial hardware components will reduce cost and shorten the development schedule for the program by minimizing the amount of engineering to the greatest extent possible. It is estimated that a duplicative effort would cost the Government at least $4,449,600.00 in projected labor costs. Please include shipping/freight cost for FOB destination Dahlgren, VA 22448-5114. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. ***MUST BE AUTHORIZED PROVIDER AND PROVIDE LETTER OF AUTHORIZATION WITH QUOTE OR YOU WILL BE DISQUALIFIED*** The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Proposal is due, 12 Nov 2021 no later than 12:00 p.m. EST with an anticipated award date by 13 December 2021. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to suzanne.gibson@navy.mil prior to the RFP closing. Please be sure to include Synopsis/Solicitation Number N0017821RC601 in the subject line. Attachments – -SF1449: Solicitation/Contract/Order for Commercial Items