SOLICITATION NOTICE
K -- � SOLE SOURCE - AEGIS Double Duty Cross Field Amplifier (DD CFA) Microwave Tubes (MWT) with Gold Tube Testing- Production, Evaluation, and Rebuild
- Notice Date
- 6/3/2025 11:52:06 AM
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425RWP07
- Response Due
- 6/18/2025 11:00:00 AM
- Archive Date
- 08/02/2025
- Point of Contact
- Susan Eckerle
- E-Mail Address
-
susan.k.eckerle.civ@us.navy.mil
(susan.k.eckerle.civ@us.navy.mil)
- Description
- N0016425RWP07� SOLE SOURCE - AEGIS Double Duty Cross Field Amplifier (DD CFA) Microwave Tubes (MWT) with Gold Tube Testing- Production, Evaluation, and Rebuild. FSC 5960 and PSC K059 - NAICS 334419 Anticipated Issue Date 03 JUNE 2025 - Anticipated Closing Date 18 JUNE 2025 - 2:00 PM EST The Government has a requirement for AEGIS Cross Field Amplifier (CFA) Microwave Tubes (MWT). The requirement includes Production, Evaluation, and Rebuild of CFA MWT, Gold Tube Testing, Phase Standard Testing, and support of Government Furnished Equipment and Product Improvement Program. The CFA MWTs are required to adhere to the NSWC Crane Division Statement of Work, and the specifications which were developed by CPI and Stellant. Both CPI and Stellant retain the data rights to the design of the DD CFA. Inspection and acceptance will be FOB Destination, NSWC Crane Division, Crane, Indiana 47522-5001. This synopsis is issued to advertise the above requirements for N0016424RWP07 on a Cost-Plus- Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) basis. Naval Surface Warfare Center, Crane Division, Crane, IN 47522 intends to solicit and negotiate with two (2) sources: Communications & Power Industries LLC (CPI), Beverly, MA (Cage Code 88236) and Stellant Systems Inc, Williamsport, PA (CAGE Code 89146), in accordance with the statutory authority of 10 U.S.C. 3204(a)(1). The basis for restricting competition is the lack of sufficient technical data, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. All responsible sources may submit a capability statement or proposal which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re- evaluating the justification limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. Solicitations and amendments for this procurement will not be posted to sam.gov and are available only from the Point of Contact (POC) identified below. Contractors must be properly registered in the Government 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 requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted at the same time the solicitation is posted. Questions or inquiries should be directed to Susan Eckerle, Code 0241, e-mail susan.k.eckerle.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4eb070a18244476a89078f9c57897162/view)
- Record
- SN07463351-F 20250605/250603230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |