Skip to main content

An official website of the United States government

You have 2 new alerts

SOLE SOURCE - MANUFACTURE, REFURBISHMENT, TEST, OVERHAUL, AND/OR REPAIR THE SPQ-9B ANTENNA RADOME, PN N040001

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 25, 2024 10:25 am EDT
  • Original Date Offers Due: Aug 09, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 23, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

N00164-24-Q-0203 – SOLE SOURCE - MANUFACTURE, REFURBISHMENT, TEST, OVERHAUL, AND/OR REPAIR THE SPQ-9B ANTENNA RADOME, PN N040001 – FSG 5985 - NAICS 336413

ISSUE DATE 25 JUL 2024 – CLOSING DATE 09 AUG 2024 – 5:00 PM Eastern Time

Naval Surface Warfare Center (NSWC) Crane has a requirement for the manufacture, refurbishment, test, overhaul, and/or repair the SPQ-9B Antenna Radome, PN N040001. 

Supplies and Services include:

0001  System Manufacturing of SPQ-9B Radomes IAW SOW 3.4

0002  Engineering Change Proposal (ECP) (CDRL A001) IAW SOW 3.1.7 - Not Separately Priced

0003  Evaluation of SPQ-9B Radomes IAW SOW 3.2

0004  Evaluation Report IAW SOW 3.2.2 (CDRL A003) - Not Separately Priced

0005  Class 0 Overhaul IAW SOW 3.3.2

0006  Class I Repair IAW SOW 3.3.3

0007  Class II Repair IAW SOW 3.3.4

0008  Class III Repair IAW SOW 3.3.5

0009  Class IV Repair IAW SOW 3.3.6

0010  Class V Repair IAW SOW 3.3.7

0011  Supplemental Repairs IAW SOW 3.3.8

0012  Serialization Requirement (IUID) IAW SOW 3.3.9

0013  Test Report IAW SOW 3.4 (CDRL A002) - Not Separately Priced

0014  Component Certification IAW SOW 3.5 (CDRL A003) - Not Separately Priced

0015  Certificate of Compliance IAW SOW 3.5 (CDRL A004) - Not Separately Priced

0016  Government Furnished Property Report IAW SOW 4 (CDRL A005) - Not Separately Priced

SOLE SOURCE PROCUREMENT- The governments proposes a Five Year, Basic Purchase Agreement for the supplies and/or services for which the Government intends to solicit and negotiate with one source, CPI Radant Technologies Division Inc., ESSCO Operations, 255 Hudson Road, Stow, MA, USA 01775, under the authority of FAR 13.106-1. This is being solicited on a sole source basis, because the Items are peculiar to one manufacturer. All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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.

Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://sam.gov.

 Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via https://sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx.  The controlled attachments will be posted at the same time the solicitation is posted.

This solicitation is being issued pursuant to the procedures at FAR Part 13 as a written .  Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-24-Q-0203 is hereby issued as an attachment hereto. 

All changes to the requirement that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/.  It is the responsibility of interested vendors to monitor https://sam.gov/ for any amendments, which may be issued to this solicitation. 

For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.

Offers shall be e-mailed to kathy.j.davidson.civ@us.navy.mil.    All required information must be received on or before 09 AUG  2024 – 5:00 PM Eastern Time.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History