COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6720
Submitted by: Karen Major
NAICS Code: 335999
PSC Code: 6130
Anticipated Date to be published in SAM.gov: 3 March 2025
Anticipated Closing Date: 7 March 2025
Contracts POC Name: Karen Major
Telephone#: 540-742-8863
Email Address: karen.l.major7.civ@us.navy.mil
Code and Description: 61 – Converters, Electrical, Nonrotating
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 N0017825Q6720 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 procure on a Brand Name or Equal basis for Ametek Programmable Power, Incorporated manufactured Sorenson product.
The Soerensen Power Supply is needed to replace the Antenna Environmental Control Unit (AECU) for Cooperative Engagement Capability (CEC). This is used for getting power to the Antenna and will be used to get power to the Antenna. This power supply is compatible with all aspects of form, fit and function of the core system. Without the requested Power Supply, the system would become inoperable and would require testing and an additional six (6) months or more to the program in integration and quality control in the power supply. Ametek Programmable Power, Incorporated is located in Largo, FL.
Please include shipping/freight cost to Dam Neck, VA 23461. 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 as well as published pricing. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. 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 7 March 2025, no later than 12:00 p.m. EST with an anticipated award date by 31 March 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to karen.l.major7.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017825Q6720 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items