Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
DOCUMENT

10 -- AMENDMENT 0001 - BARREL COATING FCT RDT&E - PREPRODUCTION AND PRODUCTION - Attachment

Notice Date
4/29/2011
 
Notice Type
Attachment
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016411RJN22
 
Response Due
5/2/2011
 
Archive Date
5/13/2011
 
Point of Contact
MR. MATTHEW SUMMERS 812-854-8756 MR. MATTHEW SUMMERS, 812-854-8756
 
E-Mail Address
POINT OF CONTACT
(matthew.s.summers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Contracting webpage serve as alternatives if the FBO website is unavailable. AMENDMENT 0001 This amendment is issued to notify all interested parties that this anticipated procurement effort is canceled in its entirety effective immediately. ORIGINAL The Government intends to procure Barrel Coating on a full-and-open competition basis by awarding to the responsible Offeror whose offer presents the best value to the Government considering technical, past performance, and price related factors. This will be a competitive, non-commercial procurement in accordance with FAR Part 15 and will result in a Firm Fixed Price (FFP) three-year Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. This effort will procure the application of a Barrel Coating to extend rifle barrel life and include a visual wear indicator. The treated barrels shall be used in support of precision and automatic weapons requirements for the Department of Defense on the MK13 and MK15 Sniper Rifle Systems and the M2HB.50cal Machine Gun. The goal is to provide the most precise, durable, reliable, and effective barrels possible by reducing down time of the weapons for barrel replacement and therefore reducing overall O&M costs. The Government contemplates providing a quantity of barrels as GFM to the awardee in order to accomplish the preproduction portion of this procurement effort. Upon the successful completion of preproduction units, the Government may then choose to procure production quantities as required. The awardee will receive orders for a minimum value of $25,000.00. The potential maximum contract value is $2,000,000.00. All items shall be produced in accordance with the associated Statement of Work and CDRLs attached to the forthcoming solicitation. The delivery requirements will be negotiated through discussions prior to contract award. Delivery requirements shall be F.O.B. Destination; inspection and acceptance occur at the destination. The solicitation attachments will be posted to the FBO website concurrently with the solicitation. The Offeror must be properly registered in the Government's Central Contractor Registration (CCR) in order to receive the solicitation attachments. Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet at www.ccr.gov. In accordance with FAR 4.1201, the Offeror shall also complete electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov in conjunction with required registration in the CCR database. All changes to the requirement that occur prior to the closing date of the solicitation will be posted to the Crane web site, FedBizOpps and NECO as amendments issued to the solicitation. For changes made after the closing date, only those Offerors that submitted a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed; interested sources must download the document from the websites names above. All responsible sources may submit a proposal, which shall be considered. The Government point of contact is Mr. Matthew S. Summers, Code CXMLNL at telephone number 812-854-8756, facsimile number 812-854-5095 or e-mail matthew.s.summers@navy.mil. Complete mailing address is: Mr. Matthew S. Summers, Code CXMLNL, Bldg. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RJN22/listing.html)
 
Document(s)
Attachment
 
File Name: N0016411RJN22_11RJN22_syn_0001.docx (https://www.neco.navy.mil/synopsis_file/N0016411RJN22_11RJN22_syn_0001.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016411RJN22_11RJN22_syn_0001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02436698-W 20110501/110429234525-f0026a7eddd176051233fd2211c0b297 (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.