Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

SOLE SOURCE - PROCUREMENT OF HYDROPHONE WINDOWS (P/N: 6029148-301), HYDROPHONE CABLES (P/N: 6933090-303), THERMISTOR CABLES P/N: 6933090-304), AND TRANSDUCER CABLES (P/N: 6933090-305)

Solicitation Number: N0016414RGP75
Agency: Department of the Navy
Office: Naval Sea Systems Command
Location: NSWC Crane Division
  • Print

Note:

There have been modifications to this notice. You are currently viewing the original synopsis. To view the most recent modification/amendment, click here
:
N0016414RGP75
:
Presolicitation
:
Added: Jan 10, 2014 9:43 am
This solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/.   FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane.


The Naval Surface Warfare Center, Crane Division has a requirement for Hydrophone Windows (P/N:  6029148-301), Hydrophone Cables (P/N:  6933090-303), Thermistor Cables P/N:  6933090-304), and Transducer Cables (P/N:  6933090-305.  The window is a rubber boot that is mounted over the TR-333 hydrophone sensor.  The design provides optimum acoustical properties for the Navigation of the SSBN Trident Submarine.  The window is required in the manufacture and repair of the SP24 TR-333 Hydrophones currently deployed in the TRIDENT Submarine Fleet.   The cables are used in the Trident Navigation Subsystem Sonar on the TR-333 Hydrophone, TR-143 Transducer and the Thermistor sensors.  These are underwater cables to be used as replacement assets during normal refit/replenish/replacement operations.  TR-333 Hydrophones and Cables are part of the TRIDENT Submarine SP24 Navigation Program. 


NSWC Crane intends to enter into a five-year, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with Firm-Fixed Price line items to Ducommun LaBarge, 1505 S Maiden Ln, Joplin, MO  64802, Cage Code 16275 with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.  Delivery Terms are F.O.B. Destination. Inspection and Acceptance will be performed by the Government at Destination.    The contract will include CLIN 0001 Hydrophone Windows; CLIN 0002 Hydrophone Cables; CLIN 0003 Thermistor Cables; CLIN 0004 Transducer Cables; and CLIN 0005 DATA.   For the five year ordering period the Government estimates a minimum of 25 Hydrophone Cables and a maximum of 280; a minimum of 0 and a maximum of 20 Transducer Cables; a minimum of 5 and a maximum of 62 Transducer cables; and a minimum of 40 and a maximum of 400 Hydrophone Windows will be procured.  The anticipated delivery schedule is ninety (90) days after delivery order award.


Interested persons may identify their interest and capability to respond to the requirement or submit proposals.  This notice of intent is not a request for competitive proposals.  A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received in response to this synopsis will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

A formal solicitation will not be issued. Interested parties may contact the POC below. No hard copies of the solicitation will be mailed.


To be eligible for award, the contractor must be properly registered in the Government System for Award Management database (SAM) and the Joint Certification Program (JCP). The guidelines for registration in the JCP can be found at the following weblink:  http://www.dlis.dla.mil/JCP/Default.aspx.  Information on SAM registration and annual confirmation requirements can be found by calling 1-866-606-8220 or via the Internet at www.sam.gov. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR/FedReg, ORCA, and EPLS.

The POC for this requirement is Ms. Nelda Woodruff, Code CXNM Tel: (812)-854-4111 or email nelda.woodruff@navy.mil. Reference the above solicitation number when responding to this notice.


Contracting Office Address:
Code CXNM, Building 2035
300 Highway 361
Crane, IN  47522-5000

:
300 Highway 361
Building 64
Crane, Indiana 47522-5001
:
Nelda Woodruff
Phone: (812)-854-4111