Search Contract Opportunities

REDESIGN AND PRODUCTION OF THE AN/SLA-10D PRE-TRIGGER CONVERTER AND BLANKING UNIT, VIDEO MIXER MX-10042BSLA-10D, CONTROL INDICATOR C-10569B/SLA10D, INCLUDING SPARES AND REPAIRS, FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32(V) 6   3

ID: N0016423RWM36 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

N00164-23-R-WM36 REDESIGN AND PRODUCTION OF THE AN/SLA-10D PRE-TRIGGER CONVERTER AND BLANKING UNIT, VIDEO MIXER MX-10042BSLA-10D, CONTROL INDICATOR C-10569B/SLA10D, INCLUDING SPARES AND REPAIRS, FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32(V) 6 SYSTEM FSC 5865 NAICS 334511

Anticipated Issue Date: 3 APRIL 2023 Closing Date: 09 MAY 2023 3:00 PM EST

Amendment 0001 This amendment is being issued to provide industry a copy of the draft solicitation and draft technical data package. The draft Contract Data Requirements (CDRL) package is provided. Further additions/updates are anticipated prior to the Request for Proposal release. This amendment is also updating the anticipated issue date.

Naval Surface Warfare Center (NSWC) Crane Division has a requirement for the redesign of the AN/SLA-10D blanker-video mixer MX-10042B/SLA-10D and the control-indicator C-10569B/SLA-10D in accordance with Performance Specification NSC-Q32-WXM-2011-002 Rev B and Statement of Work (SOW) for the SEWIP AN/SLQ-32(V) 6 system. The requirement includes production of, shop replaceable assemblies for and repairs of the pretrigger converter and blanking unit (PCAB).

Shop replaceable assemblies include: power supply, display, computer, keypad, I/O-1, I/O-2, field programmable gate array and the main printed circuit board assemblies. The requirement is build to print per the Government owned technical package of which, some PCAB parts have become obsolete resulting in the requirement of the redesign.

The Performance Specification, drawings and other documents contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD contractors only. Contractors must be properly registered in the System for Award Management (SAM) in order to receive the solicitation attachments.

The Navy intends to award a firm fixed priced, indefinite delivery indefinite quantity (IDIQ) contract with a five-year ordering period. Anticipated IDIQ quantities are a minimum of One (1) first article of the redesigned PCAB unit and a maximum of 130 production units, over the life of the contract. Unit of issue is each.

First article testing and approval will be required. Inspection and acceptance will performed by a Government representative at FOB destination (Crane, IN 47522). FOB destination delivery will be 180 days after receipt of the delivery order. The PCAB and its SRAs are subject to FAR 52.225-5, World Trade Organization Government Procurement Agreement and Free Trade Agreements.

The Navy intends to solicit this contract as a small business set-aside IAW FAR 19.502. The solicitation will be made available posted on sam.gov via the Procurement Integrated Enterprise Environment (PIEE).

All changes that that occur to this action prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/ via the PIEE solicitation Module. For within
scope changes made after the closing date, only those offerors that provided a proposal will be provided any change/amendment and considered for future discussion and /or award.

Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirement by calling 1-866-606-8220 for via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logidsticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachment will be posted at the same time the solicitation is posted.

Questions or inquiries should be directed to Ms. Lynn Masterson-Brinegar, code 0243, telephone 812-381-7224, email: lynn.masterson-brine@navy.mil. Reference the above solicitation number when responding to this notice.

The solicitation, all amendments and associated controlled documents will be posted on Procurement Integrated Enterprise Environment (PIEE formerly known as WAWF) Solicitation Module at https://piee.eb.mil. The solicitation notice will flow to SAM.gov, but the actual posting will be in PIEE. The proposal shall also be submitted through the Solicitation Module in PIEE.

Information regarding how to set up a vendor registration is included in this link: DoD Procurement Toolbox https://dodprocurementtoolbox.com/site-pages/solicitation-module. Choose Vendor Access Instructions.

Further training is available at this link: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml.

Overview

Response Deadline
May 9, 2023, 3:00 p.m. EDT Past Due
Posted
March 13, 2023, 12:48 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
1350 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
99% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 3/13/23 NSWC Crane Division issued Solicitation N0016423RWM36 for REDESIGN AND PRODUCTION OF THE AN/SLA-10D PRE-TRIGGER CONVERTER AND BLANKING UNIT, VIDEO MIXER MX-10042BSLA-10D, CONTROL INDICATOR C-10569B/SLA10D, INCLUDING SPARES AND REPAIRS, FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32(V) 6 due 5/9/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334511 (SBA Size Standard 1350 Employees) and PSC 5865.
Primary Contact
Name
Lynn Masterson-Brinegar   Profile
Phone
(812) 381-7224

Documents

Posted documents for Solicitation N0016423RWM36

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation N0016423RWM36

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N0016423RWM36

Contract Awards

Prime contracts awarded through Solicitation N0016423RWM36

Incumbent or Similar Awards

Contracts Similar to Solicitation N0016423RWM36

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N0016423RWM36

Similar Active Opportunities

Open contract opportunities similar to Solicitation N0016423RWM36

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NSWC CRANE
FPDS Organization Code
1700-N00164
Source Organization Code
100076494
Last Updated
March 13, 2023
Last Updated By
cynthia.fish.ctr@navy.mil
Archive Date
June 23, 2023