Pulser Repairs
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: Nov 20, 2024 05:05 pm EST
- Original Date Offers Due: Nov 27, 2024 12:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Dec 12, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: Dahlgren , VA 22448USA
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6617
Submitted by: Karen Major
NAICS Code: 334516
FSC/PSC Code: J066
Anticipated Date to be published in SAM.gov: 20 November 2024
Anticipated Closing Date: 27 November 2024
Contracts POC Name: Karen Major
Telephone#: 540-742-8863
Email Address: Karen.l.major7.civ@us.navy.mil
Code and Description: J066 – Maint/Repair/Rebuild Of Equipment- Instruments And Laboratory Equipment.
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 N0017825Q6617 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.
Material must be TAA compliant.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for the following products manufactured by Fischer Custom Communications: Serial number 131608, Repair of P-2MHz-1 pulser and
Accessories and Serial number 2005-1012-001, Repair of P-2MHz-1 pulser and accessories. Fischer Custom Communications is located in Torrence, CA. The Offeror shall ensure they can provide the requirements listed in the attached Statement of Work.
The required evaluation and repairs are for hardware that is currently installed and in use. The broken hardware must be repaired by the original equipment manufacturer (OEM) in order to operate as designed. Failure to repair hardware could cause substantial impact to mission critical requirements, an additional six (6) months for researching, certifying and replacing the equipment. The evaluation and repairs are being utilized as the key application developed for the existing hardware. The required evaluation and repairs are exclusive to Fischer Custom Communications.
Please include shipping/freight cost to 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.
Quote is due 27 November 2024, no later than 12:00 p.m. EST with an anticipated award date by 29 December 2024 Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to karen.l.major7.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6617 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
-Statement of Work (SOW)
-GFP Attachment J.1
Attachments/Links
Contact Information
Contracting Office Address
- COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
- DAHLGREN , VA 22448-5154
- USA
Primary Point of Contact
- Karen Major
- karen.l.major7.civ@us.navy.mil
- Phone Number 5407428863
Secondary Point of Contact
History
- Dec 12, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Original)