The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the items listed below. The award determination will be fastest delivery LPTA principles. Delivery being more important than price. The required items are for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.
The Contract Line Items (CLINs) are as follows:
The requested quote is for refurbished units. The customer will ship cores from the units they already have which will then be refurbished and returned.
CLIN 0001
QTY 1 EA
ANTENNA GROUP
OA-9243A(V)3/SR ANTENNA TILTING GROUP INCLUDING MX-11537 A/SR BUMPER STOP ASSEMBLY
P/N: 1500-0353-401
CLIN 0002
QTY 1 EA
ANTENNA GROUP
OA-9243A(V)3/SR ANTENNA TILTING GROUP INCLUDING MX-11537 A/SR BUMPER STOP ASSEMBLY
P/N: 1500-0353-401
The requirement is an unrestricted, full and open competition, brand name or equal solicitation. The NAICS code applicable to this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a size standard of 1250. The Product Service Code is 5985, Antennas, Waveguides, and Related Equipment. The anticipated delivery date for this acquisition is 60 DAYS after contract award. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only.
The solicitation number is SPMYM125Q0041, and will be available 28 FEB 2025 and posted to SAM.gov, https://sam.gov/. Quotes will be due by 09:00 AM EST on 05 MAR 2025. Responses to the solicitation notice shall be emailed to the attention of Steven Treherne at steven.treherne@dla.mil. Please make sure that the solicitation number (SPMYM125Q0041) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.
Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.
All responsible sources may submit a proposal which may be considered by the Government. By submitting an offer, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates, and procedures. Please direct all questions regarding this requirement to Steven Treherne at steven.treherne@dla.mil.