Spare Parts Using the O-1876/G Frequency Standard for DSCS

expired opportunity(Expired)
From: Federal Government(Federal)
SPRBL1-21-Q-0005

Basic Details

started - 05 Aug, 2021 (about 2 years ago)

Start Date

05 Aug, 2021 (about 2 years ago)
due - 26 Aug, 2021 (about 2 years ago)

Due Date

26 Aug, 2021 (about 2 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
SPRBL1-21-Q-0005

Identifier

SPRBL1-21-Q-0005
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEFENSE LOGISTICS AGENCY (DLA) (282538)DLA LAND (166359)DLA LAND ABERDEEN (923)DLA LAND AT ABERDEEN (923)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SolicitationDLA Land at Aberdeen is issuing Request for Quotation (RFQ) SPRBL1-21-Q-0005 for the purchase of spare parts to support the end system: AN/GSC-52A, -78, -39 and -86 Satellite Communication Terminal Systems (Type Designations), the Defense Satellite Communications System (DSCS) terminals, and 52 Mod (common name).The spare parts use the O-1876/G Frequency Standard, commonly known as the 5071 Primary Frequency Standard, and associated subassemblies.The proposed contract type is Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a five-year base period and no option year periods.The proposed guaranteed contract minimum is $5,000, and the proposed maximum contract value is $5,000,000. The proposed contract is for the following supplies. Note: The annual best estimated quantity (BEQ) listed for supplies is for planning purposes only. The BEQ listed is for years one through five. Actual annual ordered quantities may be more or less than this
BEQ.   BEQ    NSN                                   Nomenclature----------------------------------------------------------------------------------------------------------------------   4        6625-01-410-7453        GENERATOR,REFERENCE SIGNAL   4        7025-01-407-1424        CONTROLLER,DATA ENTRY, AUTOMATIC DATA PROCESSING   5        7021-01-413-4751        COMPUTER,DIGITAL   4        5963-01-407-1426        ELECTRONIC MODULE,STANDARDIZED   4        5998-01-407-1427        CIRCUIT CARD ASSEMBLY   4        5998-01-407-1430        CIRCUIT CARD ASSEMBLY   5        5963-01-407-1342        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1344        ELECTRONIC MODULE,STANDARDIZED   3        5963-01-407-1346        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1347        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1278        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1345        ELECTRON TUBE 29        5960-01-407-1350        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1348        ELECTRONIC MODULE,STANDARDIZED   4        5963-01-407-1277        CONTROLLER,DATA ENTRY, AUTOMATIC DATA PROCESSINGThe only approved source is Microsemi Frequency and Time Corporation (Microsemi), Commercial and Government Entity (CAGE) Code 1B0C5. The Government owns a Specification Control Drawing, but this does not provide the detailed technical data or form, fit, and function (F3) details to produce the items. The Government does not own the complete Technical Data Packages (TDPs) for these NSNs using the O-1876/G Frequency Standard, or the various DCCSs, and cannot obtain the TDPs.  Because this acquisition will be using the sole source authority at FAR 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.Based on market research, these items are commercial, and the resulting contract will be issued using commercial procedures and FAR Part 13.5, Simplified Procedures for Certain Commercial Items.  This procurement will not be set-aside for small business.*****************************************Amendment 0001The purpose of Amendment 0001 is to revise narrative F00002, TIME OF DELIVERY INDEFINITE DELIVERY CONTRACT (IDC) (CONCURRENT/OVERLAPPING DELIVERIES PROHIBITED).The only change is to section (a)(i) for the Government required delivery,  and (b)(i) for the Offeror proposed delivery, for CLIN 1013-5013, NSN 5960-01-407-1350, Electron Tube.The closing date of the solicitation is not changed.Offerors must submit a signed copy of this Amendment with their proposal.*****************************************All documents and proposals must be submitted electronically via email. Files shall not contain classified data. The use of hyperlinks in proposals is prohibited.Offerors need to have a current profile at the System for Award Management (SAM), https://www.sam.gov in order to submit proposals.Please do not wait until the last minute to submit offers. To avoid potential submission of a late offer, we recommend the transmission of your offer file 24 hours prior to the required due date and time.If you have any questions, please contact Terrence Thrweatt at terrence.thrweatt@dla.mil and Martina Culik Moore at martina.culikmoore@dla.mil.**********************************************************************************SynopsisIn accordance with FAR 5.2, this is a notice that DLA Land at Aberdeen will issuing Request for Quotation (RFQ) on August 5, 2021 for the purchase of spare parts to support the end system: AN/GSC-52A, -78, -39 and -86 Satellite Communication Terminal Systems (Type Designations), the Defense Satellite Communications System (DSCS) terminals, and 52 Mod (common name).The spare parts use the O-1876/G Frequency Standard, commonly known as the 5071 Primary Frequency Standard, and associated subassemblies.The proposed contract type is Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a five-year base period and no option year periods.The proposed guaranteed contract minimum is $5,000, and the proposed maximum contract value is $5,000,000. The proposed contract is for the following supplies. Note: The annual best estimated quantity (BEQ) listed for supplies is for planning purposes only. The BEQ listed is for years one through five. Actual annual ordered quantities may be more or less than this BEQ.   BEQ    NSN                                   Nomenclature----------------------------------------------------------------------------------------------------------------------   4        6625-01-410-7453        GENERATOR,REFERENCE SIGNAL   4        7025-01-407-1424        CONTROLLER,DATA ENTRY, AUTOMATIC DATA PROCESSING   5        7021-01-413-4751        COMPUTER,DIGITAL   4        5963-01-407-1426        ELECTRONIC MODULE,STANDARDIZED   4        5998-01-407-1427        CIRCUIT CARD ASSEMBLY   4        5998-01-407-1430        CIRCUIT CARD ASSEMBLY   5        5963-01-407-1342        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1344        ELECTRONIC MODULE,STANDARDIZED   3        5963-01-407-1346        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1347        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1278        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1345        ELECTRON TUBE 29        5960-01-407-1350        ELECTRONIC MODULE,STANDARDIZED   5        5963-01-407-1348        ELECTRONIC MODULE,STANDARDIZED   4        5963-01-407-1277        CONTROLLER,DATA ENTRY, AUTOMATIC DATA PROCESSINGThe only approved source is Microsemi Frequency and Time Corporation (Microsemi), Commercial and Government Entity (CAGE) Code 1B0C5. The Government owns a Specification Control Drawing, but this does not provide the detailed technical data or form, fit, and function (F3) details to produce the items. The Government does not own the complete Technical Data Packages (TDPs) for these NSNs using the O-1876/G Frequency Standard, or the various DCCSs, and cannot obtain the TDPs.  Because this acquisition will be using the sole source authority at FAR 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.Based on market research, these items are commercial, and the resulting contract will be issued using commercial procedures and FAR Part 13.5, Simplified Procedures for Certain Commercial Items.  This procurement will not be set-aside for small business.Note: This is originally posted on August 4, 2021 as a combined synopsis/solicitation in error. The original combined synopsis/solicitation is attached below, and serves as the notice of the synopsis posting on August 4, 2021.All documents and proposals must be submitted electronically via email. Files shall not contain classified data. The use of hyperlinks in proposals is prohibited.Offerors need to have a current profile at the System for Award Management (SAM), https://www.sam.gov in order to submit proposals.Please do not wait until the last minute to submit offers. To avoid potential submission of a late offer, we recommend the transmission of your offer file 24 hours prior to the required due date and time.If you have any questions, please contact Terrence Thrweatt at terrence.thrweatt@dla.mil and Martina Culik Moore at martina.culikmoore@dla.mil.

Aberdeen Proving Ground ,
 MD  21005  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : ABER PROV GRD

Classification

naicsCode 334419Other Electronic Component Manufacturing
pscCode 5960Electron Tubes and Associated Hardware