Skip to main content

An official website of the United States government

You have 2 new alerts

SOLE SOURCE – XFM/DT OVERHAUL

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: Aug 03, 2022 03:28 pm EDT
  • Original Date Offers Due: Aug 08, 2022 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 28, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 811219 - Other Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:

Description

N00164-22-Q-0229 – SOLE SOURCE – XFM/DT OVERHAUL – FSC J020 - NAICS 811219

ISSUE DATE 03-AUG-2022 – CLOSING DATE 08 AUG 2022 – 11:00 AM Eastern Time

ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for:

CLIN 0001 - XFM/DT OVERHAUL INFORMATIONAL CLIN

CLIN 0001 AA - S/N: 1270

CLIN 0001 AB - S/N: 462

CLIN 0001 AC - S/N: 1397

CLIN 0001 AD - S/N: 808

CLIN 0001 AE - S/N: 306

CLIN 0001 AF - S/N: 348

CLIN 0001 AG - S/N: 748

CLIN 0001 AH - S/N: 495

CLIN 0001 AI - S/N: 654

CLIN 0001 AJ - S/N: 152

CLIN 0002 – CDRL A001

SOLE SOURCE PROCUREMENT- The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with JULYN TECHNOLOGIES INC., 1003 Teresa DR Lake Park, Georgia 31636-4915 (Cage Code: 047D1) under the authority of FAR 13.106-1. 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) 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 N00164-22-Q-0229 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 daylon.knepp@navy.mil.  All required information must be received on or before 08 AUG 2022, 11:00 AM 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

  • Sep 28, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)