COMBINED SYNOPSIS/SOLICITATION #: N0017825RC608
Submitted by: Lee Ann Mizelle
NAICS Code: 541330
FSC/PSC Code: 2310
Anticipated Date to be published in SAM.gov: 20/FEB/2024
Anticipated Closing Date: 26/FEB/2024
Contracts POC Name: Lee Ann Mizelle
Telephone#: (540) 742-8050
Email Address: lee.a.mizelle.civ@us.navy.mil
Code and Description: Group 23 Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
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 N0017825RC608 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 to TEXTRON SYSTEMS CORPORATION for the following manufactured products: TSUNAMI 24 USV (P/N: 40951-40300) and PRIME SENSOR PACKAGE (P/N: 40951-40320-10). TEXTRON SYSTEMS CORPORATION is located in Hunt Valley, MD.
Similar assets are currently in the field. The introduction of any other manufacturer will not allow the operators, or the fleet, to utilize the key applications developed for the existing material. To evaluate any other USV against the requirements set forth by the sponsor would add cost and schedule that will not meet the sponsor driven goals. The required material is exclusive to TEXTRON SYSTEMS CORPORATION.
Please include shipping/freight cost for FOB destination Dahlgren, VA 22448-5110. 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 26 February 2025, no later than 05:00 p.m. EST with an anticipated award date by 25 March 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to lee.a.mizelle.civ@us.navy.mil prior to the RFP closing. Please be sure to include Synopsis/Solicitation Number N0017825RC608 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
-Materials List
-Statement of Work (SOW_redacted)
-CDRL A001
-DID DI-MGMT-81605 (CDRL A001)