Multi-Mission Platform
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-2893. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to develop a data acquisition (DAQ) system capable of interfacing with the SSN 23 MMP handling systems and structural closure systems on a Firm Fixed Price (FFP), Sole Source basis from United Electronic Industries (UEI) as follows: CLIN # MFGR Part No. Description / Title Qty. Configs (If Applicable) 0001 DNA-PPC9-1G-02 7 Slot DAQ Chassis 4 Updated CPU, IEEE-1588 0002 DNA-SL-501 4 Channel RS-232/422/485 Serial Board 3 Product Style: Cube Software: PowerDNA 0003 DNA-SL-514 4 Channel SSI Board 1 Product Style: Cube 0004 DNA-AI-254 4 Channel LVDT Board 3 Product Style: Cube Software: PowerDNA 0005 DNA-AI-201-100 24 Channel Analog Board 4 Product Style: Cube Software: PowerDNA 0006 DNA-AI-204 24 Channel Amperage Board 4 Product Style: Cube Software: PowerDNA 0007 DNA-DIO-449 48 Channel Voltage Board 3 Product Style: Cube Software: PowerDNA 0008 DNA-PC-911 15 Volt Power Board 4 Product Style: Cube Software: PowerDNA 0009 DNA-AI-255 2 Channel Resolver Board 1 Product Style: Cube Software: PowerDNA 0010 DNA-QUAD-604 4 Channel Quadrature Board 1 Product Style: Cube Software: PowerDNA 0011 DNA-CAN-503 4 Channel CAN Board 1 Product Style: Cube Software: PowerDNA 0012 DNA-CBL-COM Cable, 37 Pin to DB9 3 0013 DNA-CBL-37S-5 Cable, 37 Pin 14 0014 DNA-STP-37 Panel, 37 Pin 14 0015 DNA-STP-62 Panel, 62 Pin 11 0016 DNA-CBL-62-10 Cable, 62 Pin 11 *Please note that the required delivery schedule for CLINs 0001-0016 is 5 weeks after receipt of order (ARO). UEI, (Bergenfield, NJ, CAGE Code: 29019) is the only DAQ system supplier that can provide not only a small form factor, reconfigurable DAQ unit with the required capacity, they are the only company that also manufactures the more unique DAQ modules required to interface to the SSN 23 MMP handling and structural closure systems and meets all the minimum specifications. Therefore, UEI is the only company that is capable of meeting the Government's requirements. FOB DESTINATION: Newport, Rhode Island 02841; 5 Weeks ARO This requirement is being solicited as Sole Source under North American Industry Classification System (NAICS) Code 334118 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The applicable size standard is 100 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »