HTI-92-WB CM and VM Hydrophones
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posti... This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-19-Q-1976. The North American Industry Classification Systems (NAICS) code for this requirement is 334511. The Small Business Size Standard is 1,250 employees. This action is being processed on a sole source basis to High Tech, Inc. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office for Small Business Programs concurs with the sole source determination. NUWCDIVNPT Code 15 requires seventy (70) HTI-92-WB CM hydrophones with Seacon AWQ-2/24-MP connectors and sixteen (16) HTI-92-WB VM hydrophones with BNC connectors for integration into existing man-portable, compact, low-noise undersea acoustic sensing systems that were jointly developed with the United States Naval Research Laboratory (USNRL). Due to compatibility with the existing NUWCDIVNPT and USNRL infrastructures, and the requirement for exact baseline data between both organizations, no other hydrophone can meet the Government's minimum requirements. High Tech, Inc. is the original equipment manufacturer of the HTI CM and VM hydrophones and does not have authorized resellers. As such, High Tech, Inc. is the only vendor that is capable of meet the Government's minimum requirements. This notice is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. NUWCDIVNPT intends to award a sole source, firm-fixed price contract to High Tech, Inc. for the following: CLIN 0001: HTI-92-WB Current-Mode (CM) Hydrophones with Seacon AWQ-2/24-MP Connectors; Quantity: 70, EACH. CLIN 0002: HTI-92-WB Voltage-Mode (VM) Hydrophones with British Naval Cable (BNC) Connectors; Quantity: 16, EACH. CLIN 0003: Shipping Associated with CLINs 0001 and 0002 (if applicable and separately priced); Quantity: 1, JOB. The offer shall be accompanied by complete technical specifications demonstrating that the products meet all characteristics identified in the attached Salient Characteristics and Minimum Requirements document, Attachment # 1. F.O.B. Destination: Newport, RI, 02841-1708. The required delivery date is sixteen (16) weeks after receipt of order (ARO), or sooner. The awardee shall deliver the required items and shall submit its invoice no later than 15 September 2019. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. Provisions FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-2, Evaluation - Commercial Items, and FAR 52.212-3, Offeror Representations and Certifications - Commercial Items apply to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016), 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016), and 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) apply to this solicitation. 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 via PIEE/WAWF/iRAPT, otherwise the Government's preferred method of payment is credit card. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. Additional terms and conditions: Defense Priorities and Allocations System (DPAS) rating is DO-C9. This request for quote 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. The offer shall include price, delivery terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. The quote must be received on or before 1 May 2019 at 2:00PM EST. A quote received after this date and time is late and will not be considered for award. The quote shall be submitted via electronic submission to Kristina Michael at Kristina.michael@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »