This solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane.
This solicitation is being issued pursuant to the procedures at FAR 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-09-T-0241http://www.crane.navy.mil/acquisition/synopcom.htm is hereby issued as an attachment hereto. Note: This proposed contract action is for supplies or services for which the Gov't intends to solicit and negotiate with only one source and their distributors - Vendor: Walker and Associates, Inc., 7129 Old Hwy. 52, Welcome, N.C. 27374-1029. The requirement is for - Qty. 16 Serial Patch Panel, Part No. PMCH-1. Qty. 272 EIA-530 Module, Part No. PMM-614001. Qty. 92 Null Modem Patch Cable Serial 2 foot Long Part No. PMP-603006. Qty. 8 Test Mod w/o led light 5.25 inch x .95 inch x 5.5 inch Weight 8 oz DC to 20 Mbps Part No. PMM-636003. Qty. 16 Power Supply 303 inch x 2.7 inch x 2.2 inch Weight 1.5 lbs 110 VAC at 47.60 Hz 250 MA Power Consumption 25W Part No. DMPS-5. Note: The items described must meet the weight and size requirements as well to fit in the 19 inch racks on the Mobile Tactical Air Operations Module (MTAOM) System/Subsystem. The modules that fit this chassis are custom specific to this chassis and will not fit into any other chassis. The Specs for the MTAOM are classified and not available to the general public other than Vendor - Walker and Associates and their distributors. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Offers may be faxed to Janice M. Aikman, FAX 812-854-3465 or e-mailed to
[email protected]. All required information must be received on or before 4:00 p.m. local time.
Bid Protests Not Available