Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOLICITATION NOTICE

53 -- Replacement Latches on the Linkless Ammunition Loading Systems (LALS)

Notice Date
1/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
 
ZIP Code
00000
 
Solicitation Number
N6893606T0013
 
Response Due
1/25/2006
 
Archive Date
2/25/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice and using the simplified acquisition procedures in FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation N68936-06-T-0013 is issued as a request for quotations. This agency has a requirement to replace the existing Catch Assembly P/N 3305AS335-1 and Strike Catch Assembly P/N 3305AS330-1 used on the Linkless Ammunition Loading System EA/E32K-7 with a more robust latch assembly in accordance with applicable specifications, as follows: CLIN 0001 (QTY - 35 EA kits) Descriptions: Jig and Fixture Kit. Each kit consisting of the following: Item Description Cage Code Part Number Quantity 1. Top Guide Assembly 30003 3305AS1331 1 2. Front Guide Assembly 30003 3305AS1391 1 3. Door Drill Jig Assembly 30003 3305AS1346 3 4. Drill Bushing (.156 dia.) 30003 3305AS1360 12 5. Drill Bushing (.193 dia.) 30003 3305AS1361 12 6. 10-32UNF Tap (Starting) 3A054 2523A469 6 7. 10-32UNF Tap (Bottoming) 3A054 2522A819 6 8. T-Handle Tap Wrench 3A054 25605A63 1 9. Screw, Socket Hd. (10-32 x .75 L.) NASM16996-12 9 10. Washer, Flat NAS1149C0332R 9 11. Cold Chisel (3/8?) 3A054 3575A13 2 12. 5/32 Deep Socket 3A054 5543A46 1 13. Drill-stop Collar 3A054 8865A143 2 CLIN 0002 (QTY ? 270 EA Kits) Description: Latch Modification Kit. Each kit consisting of the following: Item Description Cage Code Part Number Quantity 1. Modified Latch Assembly 30003 3305AS1320 12 2. Keeper 30003 3305AS1325 12 3. Button Head Screw, Socket 3A054 98164A177 36 (10-32 x .375 L.) 1. Flat Head Screw, Socket 3A054 92210A302 24 (10-32 x .50 L.) 5. 5/32 Drill Bit (.156 dia.) 3A054 8870A21 4 6. Plate, Spacer, Catch, Strut 30003 3305AS1355 2 7. Button Head Screw, Socket 3A054 91255A248 4 (10-32 x 1.25 L.) 8. Washer, Lock-spring, Helical, CRES NASM35338-138 4 9. Washer, Flat (.190 I.D.) NAS1149C0332R 4 Vendor shall also be required to provide the following: (1) each item or items, of an individual kit, are to be bagged or packed separately and identified with the corresponding part number. (2) The bagged or packaged items of the kits are to be packaged into a single individual kit with appropriate labeling and identifying information marked on the outside of the kit. Identify kits as follows: CLIN TD NR KIT NR PROCURED QTY KIN 0001 SEC 5720 C1 35 ea 5720LKC143525SX 0002 SEC 5720 A1 270 ea 5720LKA143524SX Each kit shipping container shall be clearly marked with the appropriate 15-character kit identification number (KIN) as assigned above. If multiple shipping containers are required for a single retrofit kit, each container shall be marked with the same kit number and indicate box 1 of 3, 2 of 3, etc. If a single container is used to ship multiple quantities of the same kit, the container shall be marked "OUTER CONTAINER" and reflect the contents. Each kit within the container shall be marked with the appropriate kit number and each kit shall include a kit contents listing. (3) All kits are to be shipped, using best commercial practice, to Naval Air System Command, Central Kitting Activity, 235 Industrial Loop, Suite 182, Orange Park, FL 32073-2831, DODAAD N46899 M/F Stock. (4) Those items having a Cage Code of 30003 are to be fabricated per drawings that will only be provided upon request. (5) Note that in some cases it will be necessary to obtain material from separate vendors. The address and contact information of these vendors are identified on the appropriate drawings. (6) Parts of equal quality may be substituted. (7) Items with a Cage Code of 3A054 may be procured directly from: McMaster-Carr Company, 9630 Norwalk Boulevard Santa Fe Springs, CA 90670-2932, Phone: 562-692-5911. Note: These items may be substituted with items of equal or superior quality from other sources. All proposed substituting parts addressed in paragraphs (6) and (7) above must be submitted with the offerors quotation. The provisions at FAR 52.212 1, Instructions to Offerors, Commercial Items applies to this acquisition. Offerors should pay particular attention to this clause. Evaluation criteria for selection of the best value contractor are (in order of importance): (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance. Technical descriptions addressing technical capability of the item offered to meet the Government requirement will be evaluated a s Technically Acceptable or Technically Unacceptable. Technical descriptions evaluated as Technically Unacceptable will not be considered for award. Offeror must include a complete copy of the provision at 52.212 3, Offeror Representations and Certifications ? Commercial Items, with his/her offer, and also at DFARS 252.212 7000, Offeror Representations and Certifications ? Commercial Items. The clause at FAR 52.212 4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional clauses cited within FAR clause 52.212 5 are applicable to this acquisition, and are hereby included By Reference: 52.203 6, 52.217-5, 52.217-7, 52.219 4, 52.219 8, 52.222 21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.225 3, 52.225 13, 52.225 15, and 52.232 33. The clause at DFARS 252.212 7001,! Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional clauses cited within DFARS clause 252.212 7001 are applicable to this acquisition, and are hereby included By Reference: 252.205 7000, 252.225 7001, 252.225 7012, 252.243 7002, and 252.247 7023. DFAR 252.204 7004, Required Central Contractor Registration, applies to this solicitation, therefore FAR clause 52.212 3 paragraph (b)(2), relating to TIN number, does not apply to this solicitation. DFAR 252.225 7000, Buy American Act - Balance of Payments Program Certificate, applies to this solicitation. DFAR 252.225 7017, Prohibition on Award to Companies Owned by the People's Republic of China, applies to this solicitation. The Defense Priorities and Allocations System (DPAS) rating for this contract will be DO A1. Delivery of CLIN 0001 and CLIN 0002 shall be 90 days after award of contract. There is an anticipated contract award date of 1 February 200 6. Delivery for all units will be FOB Destination Naval Air System Command, Central Kitting Activity, 235 Industrial Loop, Suite 182, Orange Park, FL 32073-2831, DODAAD N46899 M/F Stock with all charges for shipping and transportation pre-paid, in accordance with the clause FAR 52.247 34 titled FOB DESTINATION (NOV 1991). Any questions resulting from this synopsis/solicitation must be received no later than six (6) days prior to the closing date. The NAICS code for this procurement is 332994. This order has a DPAS rating of D0 A1. All responsible sources may submit a proposal, which shall be considered by the agency. Specifications/drawings required for this requirement will only be sent upon request. If you would like the specification/drawings, please submit a request via email to lenette.santana@navy.mil. Please reference the solicitation number and provide your company name, point of contact, email address or street address and phone number in your request. Proposals (original and one copy) are due 25 January 2006, by 1430 at the Point Mugu Contracts Department, which is located in Bldg. 65. The mailing address is: Commander Code 254300E, ATTN: Lenette Santana, Naval Air Warfare Center Weapons Division, 575 "I" Ave Suite 1, Point Mugu, CA 93042 5049. In order to hand deliver offers, carriers must check in at the Pass and Identification Office located at CBC Port Hueneme Base, Port Hueneme, CA, Building 1183 (adjacent to the Sunkist Gate on Ventura Road) phone number 805-982-5003. Offerors are cautioned to leave enough time to be processed by the Pass and Identification Office, which is about 5 miles from Point Mugu. A valid driver's license and evidence of vehicle registration and insurance will be required at Bldg. 1183. Failure to obtain access to the issuing office shall not be justification for consideration of a late proposal by the Government. CAUTION TO OFFERORS: NO CONTRACT WILL BE AWARDED UNDER THIS SOLICITATION AT GREATER THAN REASONABLE PRICES. NAICS Code =332994 Place of Performance = N/A Set Aside = Small Business
 
Record
SN00962551-W 20060108/060106212426 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.