Inactive
Notice ID:N66604-19-Q-2561
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 Ite...
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 Quote (RFQ) number is N66604-19-Q-2561. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase six (6) EMI Filters as shore spares for the Commonwealth of Australia's AN/BYG-1(V)8 Combat System on a Firm Fixed Price (FFP), Sole Source basis from Nova Electric as follows: CLIN # ITEM DESCRIPTION QTY 0001 Procurement for EMI Filters, EMI-CDWS-8138, as shore spares for the Commonwealth of Australia's AN/BYG-1(V)8 Combat System. Delivery 12 Weeks ARO. 6 Each Nova Electric, a division of Technology Dynamics, Inc. (Bergenfield, NJ, CAGE Code: 29019) is the only known known manufacturer that can supply an EMI Filter that meets all of the minimum specifications. Nova Electric is the sole owner of the required drawings to make the additional filters. The requested filter is the only approved EMI Filter for the Collins Display Workstation - Tactical (CDWS-T) and is part of the hardware baseline making up the AN/BYG-1(V)8 Combat System. Therefore, the EMI Filters can only be obtained through Nova Electric. FOB DESTINATION: Newport, Rhode Island 02841; 12 Weeks ARO This requirement is being solicited as Sole Source under North American Industry Classification System (NAICS) Code 334419 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The applicable size standard is 750 employees. Offerors must be registered in System for Award Management (SAM). Registration information can be found at http://www.sam.gov. The provisions at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law, 52.212-1, Instructions to Offerors- Commercial Items, and 52.212-3, Offeror Representations and Certifications - Commercial Items, apply to this solicitation. Clauses 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 apply to this solicitation. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 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, and 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far. If no surcharge is applicable, the Government's preferred method of payment is via credit card. Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if Government Purchase Card is an acceptable form of payment within the quotation. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating of DO-C9. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Contractor CAGE Code, and Contractor DUNS number. Quotes shall be submitted electronically to Taylor Curtis at taylor.curtis1@navy.mil and must be received on or before Wednesday, August 14th, 2019 at 2:00PM Eastern Standard Time (EST). Quotes received after this date are late and will not be considered for award. For questions regarding this acquisition, please contact Taylor Curtis at taylor.curtis1@navy.mil.