Notice of Intent to Award Sole Source to Infinite Electronics International, Inc. Fairview Microwave Brand
ID: N66001-24-Q-6304Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS (7)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy and NIWC PACIFIC, intends to award a sole-source contract to Infinite Electronics International, Inc., which manufactures the Fairview Microwave Brand, under the authority of FAR 13.106-1(b).

    This notice is published to invite potential vendors to submit quotes if they believe they can fulfill the requirement, although the government intends to negotiate exclusively with the aforementioned company. The contract falls under the NAICS Code 335999: All Other Miscellaneous Electrical Equipment and Component Manufacturing, with a size standard of 500 employees.

    The attachment to this notice includes detailed information about the government's requirements. Potential vendors should review this document carefully.

    Any questions regarding this opportunity should be directed to Contract Specialist James W Lindsey via email at james.w.lindsey6.civ@us.navy.mil, as phone and fax inquiries will not be accepted.

    Please note that this is not a request for competitive quotes, but they will be considered if submitted.

    Point(s) of Contact
    James W LindseyContract Specialist
    (619) 553-3841
    james.w.lindsey6.civ@us.navy.mil
    Files
    No associated files provided.
    Similar Opportunities
    General Microwave Multi Octave 10 Bit Digital PIN Diode Attenuators
    Active
    Dept Of Defense
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to procure six General Microwave Multi Octave 10 Bit Digital PIN Diode Attenuators on a Sole Source basis from General Microwave Corporation. These attenuators are critical components for existing government subsystems, and substitutions are not permitted due to the potential for significant costs and delays associated with configuration management changes. Interested vendors must respond to the Request for Quote (RFQ) number N66604-24-Q-0516 by September 11, 2024, and ensure compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    Notice of Intent to Sole-Source to Viasat, Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to Viasat, Inc. for the acquisition of an Extended Hardware Warranty. This procurement aims to ensure the continued operational capability and maintenance of critical radio and telecommunications equipment, which is vital for effective communication and information technology operations within the Navy. Interested parties seeking further information or clarification regarding this notice should contact Contract Specialist Matthew J. Ward at matthew.j.ward65.civ@us.navy.mil or by phone at 619-553-4532, as this is not a request for quotes but a formal notice of intent.
    ANT ELMT SUB ARRAY
    Active
    Dept Of Defense
    Solicitation Notice: DEPT OF DEFENSE - DEPT OF THE NAVY The Department of Defense, specifically the Department of the Navy, has issued a solicitation notice for the procurement of an ANT ELMT SUB ARRAY. This item falls under the category of Antennas, Waveguides, and Related Equipment, with the NAICS code 5985. The primary contact for this procurement is Amber Wale, who can be reached at 717-605-2541 or amber.l.wale.civ@us.navy.mil. The purpose of this solicitation is to repair the ANT ELMT SUB ARRAY. The contractor must adhere to the IUID requirements of DFARS 252.211-7003 and must be an authorized source. The government is requesting a Repair Turnaround Time (RTAT) of 413 days after receipt of the asset. The contractor must also provide a throughput constraint for each NSN(s) and indicate the total assets to be repaired monthly after initial delivery commences. It is important to note that any assets received after the Induction Expiration Date, which is 365 days after the contract award date, will not be authorized for repair without a bilateral agreement between the Contractor and NAVSUP WSS Contracting Officer. The contractor must meet the required RTAT, as failure to do so may result in a price reduction per unit/per month the contractor is late. To submit a quote, the contractor must include the repair unit price, total price, RTAT, and new unit price. The quote must also include the T&E fee/price if the asset is determined BR/BER. The contractor must provide a cost breakdown, including the profit rate, and indicate the quote expiration date, which should be a minimum of 90 days. The requirements for this contract include meeting the operational and functional requirements for the ANT ELMT SUB ARRAY. The item must be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012. Any changes in design, material servicing, or part number must be approved by the NAVICP-MECH Contracting Officer. The contractor is responsible for the performance of all inspection requirements and must comply with all requirements of the contract. Preservation, packaging, packing, and marking must be in accordance with the Contract/Purchase Order Schedule. For more information and to obtain the necessary documents, interested parties can visit the Department of Defense Single Stock Point (DODSSP) website or contact the Procurement Contracting Officer. Please ensure a thorough and accurate response to this solicitation to avoid any negative consequences.
    Teledyne Cables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a firm fixed price purchase order to Teledyne Instruments Inc. for the procurement of specific fiber optic components, including four fiber optic cables and one fiber optic penetrator pigtail. This procurement is critical for the Navy's operations, emphasizing the need for specialized equipment that adheres to stringent federal regulations, including compliance with various FAR and DFARS clauses related to telecommunications and cybersecurity. Interested vendors must submit their quotes by September 9, 2024, via email, and ensure they are registered with the System for Award Management (SAM). For further inquiries, contact Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or call 401-832-8020.
    58--RECEIVER,RADIO NAVI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 16 units of a radio navigation receiver, identified by NSN 7G-5825-015909534. The procurement is a total small business set-aside, indicating that only small businesses are eligible to compete for this contract, which is being solicited under the authority of FAR 6.302-1 for a sole source acquisition due to the government's inability to obtain the necessary data or rights for competitive procurement. The items are critical for military operations, and delivery is required to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA. Interested parties must respond within 45 days of the notice publication, and inquiries can be directed to Helen Carmelo at (717) 605-6055 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    59--ANTENNA
    Active
    Dept Of Defense
    The US Department of Defense, specifically the Department of the Navy, is seeking to procure 10 units of NSN 7H-5985-014068555, a specialized antenna governed by strict military specifications. This equipment is critical for ensuring optimal communication and connectivity in military operations. Interested parties should note that the government lacks the necessary data and rights to acquire this equipment from additional sources, and reverse engineering is not a feasible option. As such, this procurement is being conducted to source the required antennas from a single capable provider. All responsible contractors are encouraged to respond with proposals, which will be considered for a potential sole-source contract award. Contact Lamar R. Crummel at lamar.crummel@navy.mil or via phone at (717) 605-6474 for more information. Funding for this opportunity is in place, totaling $140,000. Deadlines to respond are urgent, with capability statements due within 15 days and proposals due in 45 days.
    59--AMPLIFIER,RADIO FRE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of radio frequency amplifiers as spare parts. This requirement is classified as a sole source procurement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier. These amplifiers are critical components for various defense applications, necessitating government source approval prior to award, which requires interested parties to submit detailed information as outlined in the NAVSUP WSS Source Approval Brochure. Proposals must remain valid for a minimum of 120 days following submission, and inquiries can be directed to Cody Cameron at Cody.P.Cameron@navy.mil or by telephone at 215-697-1202.
    59--ELECTRONIC COMPONEN, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of electronic components, identified by NSN 7R-5998-016409616-FX, with a quantity of 15 units required. This procurement is a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at cody.p.cameron@navy.mil or by phone at (215) 697-1202.
    Repair of 7R5999014830657
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a specific antenna (NSN: 7R5999014830657) from Triman Industries Inc. This sole source requirement involves the repair of an aircraft antenna, which is critical for operational capabilities. The procurement process will follow FAR Part 15, and interested parties must submit their capabilities and qualifications to the primary contact, Helen I. Carmelo, via email at helen.i.carmelo.civ@us.navy.mil, within 15 days of this notice. The anticipated award date for this contract is November 2024, and it is important to note that this procurement is not a Total Small Business Set-Aside.
    Notice of Intent to Sole-Source L3Harris Technologies, Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole-source contract to L3Harris Technologies, Inc. for the procurement of a warranty renewal for the main conduit used in transmitting and receiving SATCOM signals. This procurement is critical for maintaining the operational integrity of satellite communications systems, which are essential for various defense operations. Interested parties are advised that this is not a request for quotes, and any inquiries should be directed to Contract Specialist Matthew J. Ward at matthew.j.ward65.civ@us.navy.mil or by phone at 619-553-4532.