Skip to main content

An official website of the United States government

You have 2 new alerts

SOLE SOURCE – CONTINUOUS WAVE ILLUMINATOR NOISE TEST SET (CWI NTS)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jun 24, 2024 10:45 am EDT
  • Original Response Date: Jul 24, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 07, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:

Description

N0016424RWP88 – SYNOPSIS - SOLE SOURCE – CONTINUOUS WAVE ILLUMINATOR NOISE TEST SET (CWI NTS) – PSC J020 - NAICS 334515

Anticipated Issue Date: 24 JUN 2024 – Closing Date: 24 JUL 2024 - 4:00 PM EDT

Naval Surface Warfare Center, Crane Division, Crane, IN 47522 intends to enter into a Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ), non-commercial, 100% Total Small Business Set-Aside contract in support of US Navy and FMS requirements with OmniPhase Research Laboratories, Inc., 359 San Miguel Drive, #208, Newport Beach, California 92660-7812, (CAGE 3PTD8) in the first (1st) quarter of FY25 at an anticipated dollar value of $43,000,000. The intent to award this contract is in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The requirement for the procurement of supplies, services, evaluation, overhaul/refurbishment, and manufacture of Continuous Wave Illuminator Noise Test Set (CWI NTS) in support of the AEGIS AN/SPY-1 Radar System.  The basis for restricting competition is the anticipated substantial duplicative costs to the Government to qualify another manufacturer’s product for shipboard use which are not anticipated to be recuperated through competition and the anticipated unacceptable delays in fulfilling the agency requirements through any other source.  The Government possesses the rights to the specification and drawings required for the effort. The proposed contract action is for supplies which the Government intends to solicit with only one source under authority of FAR 6.302-1. 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 proposals. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government.

The Naval Surface Warfare Center, Crane Division intends to issue a solicitation on a sole source basis for an anticipated IDIQ contract that will cover a five-year ordering period. The Government intends to award FFP, five (5) year IDIQ Contract.

Delivery terms are F.O.B Destination, Inspection and Acceptance: Source with final Inspection and Acceptance at destination. Data deliverables are in accordance with Contract Data Requirements Lists, DD 1423's.

The following specific terms are required to meet the procurement of supplies, services, evaluation, overhaul/refurbishment, and manufacture of Continuous Wave Illuminator Noise Test Set (CWI NTS). A Statement of Work (SOW) will be available within the issued solicitation.

CWI NTS Manufacture, Evaluation, Overhaul/Refurbish, and Repair

Evaluation, Repair, and Spare Parts for Radiofrequency (RF) Module

Evaluation, Repair, and Spare Parts for Photonics Module,

Evaluation & Repair of Modulator Special Test Equipment (STE)

Spare Parts for Controlled Electronics Module (CEM)

Spare Parts for CWI NTS Digitizer

Engineering Services

All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

Procurement Integrated Enterprise Environment (PIEE) and Electronic submission to jacob.m.lafree.civ@us.navy.mil are the ONLY acceptable methods to submit under this synopsis. Be advised that large electronic files are problematic due to limitations on Government email inbox. In addition, .zip files are stripped from e-mails and cannot be submitted. Utilization of PIEE at https://piee.eb.mil, may be an acceptable transmission tool. PIEE supports files sizes up to 1.9GB.

Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. 

The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at http://www.dlis.dla.mil/jcp/.

The Point of Contact for this effort is Jacob LaFree, e-mail: jacob.m.lafree.civ@us.navy.mil. The Contracting Officer for this effort is Seth Taylor, e-mail: seth.t.taylor.civ@us.navy.mil.

If any part of the submittal is classified, please contact the POC for appropriate submission information.

All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated.

Contact Information

Contracting Office Address

  • WARFARE CENTER 300 HIGHWAY 361
  • CRANE , IN 47522-5001
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Sep 07, 2024 11:55 pm EDTPresolicitation (Original)