SOLE SOURCE – ACQUISITION OF WARRANTY SERVICES AND SUPPORT EQUIPMENT
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: May 24, 2023 01:25 pm EDT
- Original Date Offers Due: Jun 28, 2023 02:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Aug 11, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
- NAICS Code:
- 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Place of Performance:
Description
N0016423Q0161 – SOLE SOURCE – ACQUISITION OF WARRANTY SERVICES AND SUPPORT EQUIPMENT – PSC J059 – NAICS 334515
ISSUE DATE 24 MAY 2023 – CLOSING DATE 28 JUNE 2023 – 2:00 PM Eastern Time
Naval Surface Warfare Center, Crane Division (NSWC-CR) has a requirement for a 5-year firm fixed price (FFP) indefinite delivery indefinite quantity (IDIQ) contract for Warranty Services and Support Equipment. The warranty services include calibration and repair of previously purchased equipment from the Fluke Electronics Corporation (Fluke). Additional support equipment is also anticipated to be procured from Fluke. This acquisition is in support of Teradyne Project In-Station Calibration (ISC) support for the Trident Strategic Weapons Systems Program. Specifically, the warranty plans and support equipment will be in support of maintaining the ISC effort in support of Teradyne S9100 Flight Configuration Test Stations. These test stations are utilized to test circuit card assemblies (CCAs) in the Trident D5 missile.
The proposed contract action is for the services and products within this service acquisition for which the Government intends to solicit and negotiate with one source, Fluke, 6920 Seaway Boulevard, Everett, WA 98203-5829 (CAGE 47U44) under the authority of 10 U.S.C. 3204(a)(1). This is being solicited on a sole source basis, because Fluke is the only responsible source capable of providing the required services and products as the Original Equipment Manufacturer (OEM). Only Fluke possesses the required level of calibration, the traceable standards that are accurate enough to meet minimum Government requirements, and possesses the traceability to repair and calibrate these instruments back to the standards and expectation of the asset in “as new” condition. As the OEM, Fluke is the only vendor that develops, maintains, and installs proprietary firmware on the instruments to correct performance issues. Only the services performed under the Fluke Gold and Silver Warranty Plans guarantees the turn-around time for calibration and repair. Without a warranty plan in place with guaranteed turn-around times for repair and calibration, there is a possibility of a work stoppage occurring at test sites. The instruments to be acquired are the only brands/models that are accepted and qualified to be used in the CCA module testers.
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 combined synopsis and solicitation is being issued pursuant to the procedures at FAR Part 13.105 as a written. Solicitation Number, N0016423Q0161, 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 steven.l.junkins2.civ@us.navy.mil. All required information must be received on or before 28 JUNE 2023 2:00 PM EASTERN TIME.
Attachments/Links
Contact Information
Contracting Office Address
- WARFARE CENTER 300 HIGHWAY 361
- CRANE , IN 47522-5001
- USA
Primary Point of Contact
- Steven Junkins
- steven.l.junkins2.civ@us.navy.mil
Secondary Point of Contact
History
- May 02, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 11, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- May 24, 2023 01:25 pm EDTCombined Synopsis/Solicitation (Original)