CRFS SW 0628-09
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: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jul 26, 2023 08:24 am EDT
- Original Date Offers Due: Aug 01, 2023 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 16, 2023
- Initiative:
- Recovery and Reinvestment Act
Classification
- Original Set Aside:
- Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
- NAICS Code:
- Place of Performance:
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017823RC624
Submitted by: Suzanne Gibson
NAICS Code: 541519
FSC/PSC Code: DA10
Anticipated Date to be published in SAM.gov: 26 July 2023
Anticipated Closing Date: 1 August 2023
Contracts POC Name: Suzanne Gibson
Email Address: suzanne.m.gibson9.civ@us.navy.mil
Code and Description: D – IT and Telecom – Information Technology and Telecommunications
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 N0017823RC624 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 CRFS, Inc. for the following manufactured products: Quantity of 57, part number SWS-NOD1010, Single Node Software Support (SSUS) Premium, RFeye Nodes 100-18. CRFS, Inc. is located in Chantilly, VA.
The licenses and support of the Nodes is essential to keeping the system operational and the fleet deployment schedule intact. Procuring equipment from another manufacturer would present unacceptable quality and schedule risks to meeting sponsors’ requirements for installations. CRFS Inc. is the only vendor of the software upgrades for this hardware. The software must be compatible (form, fit, and function) with the current system hardware and software already installed.
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 offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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 1 August 2023, no later than 12:00 p.m. EST with an anticipated award date by 30 August 2023. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to suzanne.m.gibson9.civ@us.navy.mil prior to the RFP closing. Please be sure to include Synopsis/Solicitation Number N0017823RC624 in the subject line.
Attachments –
-SF1449: Solicitation/Contract/Order for Commercial Items
-Requirements List
Attachments/Links
Contact Information
Contracting Office Address
- COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
- DAHLGREN , VA 22448-5154
- USA
Primary Point of Contact
- Suzanne Gibson
- suzanne.m.gibson9.civ@us.navy.mil
Secondary Point of Contact
History
- Aug 26, 2023 11:56 pm EDTAward Notice (Original)
- Aug 16, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Original)