Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2025 SAM #8616
SOLICITATION NOTICE

59 -- MegaPhase Items

Notice Date
6/27/2025 10:32:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017825Q6822
 
Response Due
7/4/2025 9:00:00 AM
 
Archive Date
07/19/2025
 
Point of Contact
James Embrey, Phone: 5404985241
 
E-Mail Address
james.d.embrey3.civ@us.navy.mil
(james.d.embrey3.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6822 Submitted by: James Embrey NAICS Code: 5999 FSC/PSC Code: 334419 Anticipated Date to be published in SAM.gov: 06/27/2025 Anticipated Closing Date: 07/04/2025 Contracts POC Name: James Embrey Telephone#: 540-498-5241 Email Address: james.d.embrey3.civ@us.navy.mil Code and Description: NSWCDD � MegaPhase Items 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 N0017825Q6822 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 award on a sole source basis for the following products on the attached requirements list manufactured by MegaPhase LLC. MegaPhase LLC is located in Stroudsburg, PA. The Offeror shall ensure they can provide the requirements listed in the attached Requirements List. The required hardware is currently installed and in use. The cables and adaptors are temporarily installed in the harshest of at-sea and above deck conditions across all Navy platforms. The shielding must withstand high power radars at the same time providing the highest level of shielding to take very sensitive RF emissions measurements. Break-Over� style torque wrenches are essential to limiting the amount of torque applied to coax RF connectors, product or equipment during testing or assembly. When the preset torque value is reached, the calibrated torque wrench �breaks-over� indicating torque has been reached and eliminating overtor This product is designed and manufactured to meet or exceed the accuracy and repeatability requirements. This hardware is a direct replacement for existing cables and attenuators. Proprietary rights limit competition. Please include shipping/freight cost to Dahlgren, VA 22448-5114. 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. An authorized reseller letter must be provided for each manufacturer. The offeror shall provide documentation from the original equipment manufacturer (OEM) verifying that they are an authorized reseller/distributor of the service/product(s) offered. Failure to provide this documentation may result in the offer being deemed nonresponsive. 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 and published pricing. 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 4 July 2025, no later than 12:00 p.m. EST with an anticipated award date by 27 August 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to james.d.embrey3.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6822 in the subject line. Attachments � -SF1449: Solicitation for Commercial Items
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/74d0c5ef3ea04d17b9237246fc4e5f91/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN07492254-F 20250629/250627230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.