DOCUMENT
58 -- RADIO AND ELECTRO-OPTICS PAN & TILT POSITIONERS - Attachment
- Notice Date
- 6/4/2012
- Notice Type
- Attachment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016412RJT54
- Response Due
- 7/6/2012
- Archive Date
- 8/20/2012
- Point of Contact
- Ms. Lisa Sandy 812-854-8792 Ms. Lisa Sandy, 812-854-8792
- Small Business Set-Aside
- N/A
- Description
- This synopsis 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. The Government contemplates award of a Firm Fixed Price (FFP) 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for Pan & Tilt positioners to support Ground Based Operational Surveillance System (GBOSS) 3.1 Heavy, Medium, and Light. This procurement will be solicited as a 100% small business set aside. Size standard for NAICS code 334511 is 750 employees. The Government intends to award to the responsible contractor whose offer is the best value to the Government considering price, ability to meet the technical requirements in accordance with salient characteristics, and past performance. CLIN 0001 - HEAVY/MEDIUM PAN & TILT: Min Qty 5/ea, Max Qty 550/ea. MOOG/Quickset P/N 7-45166-BGP, a modified commercial Pan & Tilt, brand name or equal in accordance with salient characteristics. CLIN 0002 - LIGHT PAN & TILT: Min Qty 2/ea, Max Qty 125/ea. MOOG/Quickset P/N 7-45206-BGP, a modified commercial Pan & Tilt, brand name or equal in accordance with salient characteristics. CLIN 0003 - EVALUATION: Min Qty 0/ea, Max Qty 50/ea. Upon receipt of a non-functioning pan/tilt, perform an evaluation, determine if unit is Beyond Economic Repair, perform a Level 1 Minor Repair IAW SOW para 3.6.2, or determine if the unit requires a Level 2 Major repair. The contractor shall ensure that all evaluation and processes return the pan/tilt to its original form, fit and function. CLIN 0004 - REPAIR LEVEL 2: Min Qty 0/ea, Max Qty 30/ea. Perform a Level 2 Major repair IAW SOW para 3.6.3. The contractor shall ensure that all repair processes return the pan/tilt to its original form, fit and function. Upon completion of repair, the contractor shall submit a Failure and Corrective Action System Report (FRACAS) describing the failure(s) and the actions taken to correct the failure(s) CLIN 0005 - TECHNICAL DATA: Min Qty 0/ea, Max Qty 1/lot. Data for CLIN(s) 0003 and 0004 in accordance with the Statement of Work (SOW), CDRLs A001 Service Repair Estimate Inspection/Evaluation, A002 Failure and Correction Action System Report, A003 Government Property Physical Inventory Count or Custodial Balance, and applicable Data Item Descriptions (DID(s)). OPTION I - TRAINING: Min Qty 0/ea, Max Qty 1/lot In the event that Government operation of the pan/tilts becomes necessary, a training class will be scheduled for up to seven days for ten (10) students. Delivery: Require FOB Destination 300 Highway 361, Crane IN 47522, 60days after effective date of deliver order. Selection shall extend to the Government a standard sales warranty provided such warranty is available at no additional cost to the Government. The solicitation will be available on or about 08JUN2012 at https://www.fbo.gov/ This procurement will be solicited as a 100% small business set aside. Size standard for NAICS code 334511 is 750 employees. All changes or amendments that may be issued to this solicitation that occur prior to the closing date will be posted to FedBizOpps and NECO. 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. No hard copies of the solicitation will be mailed . Interested sources must download from the www site listed and may contact Ms. Lisa Sandy, Code CXMP, at telephone 812-854-8792, Fax 812-854-3465 or e-mail: lisa.a.sandy@navy.mil The mailing address is: Ms Lisa Sandy, Code CXMP, Bldg. 64, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. All responsible small business sources may submit a proposal, which shall be considered. Reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RJT54/listing.html)
- Document(s)
- Attachment
- File Name: N0016412RJT54_12RJT54_syn.doc (https://www.neco.navy.mil/synopsis_file/N0016412RJT54_12RJT54_syn.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N0016412RJT54_12RJT54_syn.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016412RJT54_12RJT54_syn.doc (https://www.neco.navy.mil/synopsis_file/N0016412RJT54_12RJT54_syn.doc)
- Record
- SN02765162-W 20120606/120604234943-deff423ae24264acdbf051e95c181a04 (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 |