Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2012 FBO #3857
SOLICITATION NOTICE

58 -- AN/SSQ-53F and AN/SSQ-36B Sonobuoys

Notice Date
6/14/2012
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00253 NAVAL UNDERSEA WARFARE CENTER DIVISION 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025312R0021
 
Response Due
8/10/2012
 
Archive Date
8/25/2012
 
Point of Contact
Jamie Myers 360-315-3566
 
Small Business Set-Aside
N/A
 
Description
Naval Undersea Warfare Center (NUWC), Division Keyport intends to issue a solicitation for the following non-commercial supply: AN/SSQ-53F Global Positioning System (GPS) sonobuoys, AN/SSQ-53F GPS with -20dB acoustic pad sonobouys, AN/SSQ-36B sonobuoys, and a Portable Acoustic Sonobuoy Simulator (PASS) II. This solicitation will be issued under full and open competition. The resultant contract is anticipated to be awarded as an indefinite-delivery-indefinite-quantity (IDIQ) firm fixed price with a base and four option quantities. The base quantity will include a maximum production quantity of 750 AN/SSQ-53F GPS sonobuoys; 72 Government Furnished Equipment (GFE) AN/SSQ-53F sonobuoys to modify with GPS capability; 192 AN/SSQ-53F GPS with -20dB acoustic pad sonobuoys; 72 GFE AN/SSQ-53F sonobuoys to modify with GPS and -20dB acoustic pad capabilities; ten (10) AN/SSQ-36B sonobuoys; two (2) 2-Channel GPS Demodulator; one (1) 32-Channel Software Defined Sonobuoy Receiver System (SDSRS); two (2) Portable Acoustic Sonobuoy Simulator (PASS) II, and ancillary engineering support services. Each option is anticipated to be a maximum production quantity of 750 AN/SSQ-53F GPS sonobuoys; 240 Government Furnished Equipment (GFE) AN/SSQ-53F sonobuoys to modify with GPS capability; 200 AN/SSQ-53F GPS with -20dB acoustic pad sonobuoys; 144 GFE AN/SSQ-53F sonobuoys to modify with GPS and -20dB acoustic pad capabilities; ten (10) AN/SSQ-36B sonobuoys; one (1) 2-Channel GPS Demodulator; one (1) 32-Channel Software Defined Sonobuoy Receiver System (SDSRS); one (1) Portable Acoustic Sonobuoy Simulator (PASS) II; and ancillary engineering support services. The solicitation number for this requirement issued as a request for proposal (RFP) is N00253-12-R-0021. The applicable NAICS code for this requirement is 334511 and has a size standard of 750 employees. Offers shall be FOB Destination. The solicitation will be available for download on or around 2 July 2012. The closing date of the solicitation will be 10 August 2012 at 1400 Pacific Standard Time, unless a later date is specified in the solicitation. Drawings referenced in this solicitation are restricted by the Arms Export Act and are ONLY available to vendor's/contractor's appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at ww.dlis.dla.mil/jcp/. Restricted drawings and technical information are available through FedBizOpps as an attachment to this solicitation. Offers may be faxed to (360) 396-7036 or e-mailed to Jamie Myers at jamie.myers@navy.mil. Offerors wishing to submit an offer are responsible for downloading the Request for Proposal (RFP) from the Navy Electronic Commerce Online (NECO) web link at www.neco.navy.mil and frequently monitoring the site for any amendments to the RFP. No telephone or fax requests for the RFP package will be accepted. No bidders list will be maintained by this office. No paper copies of the RFP/amendments will be mailed. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of quotes may render an offer non-responsive and result in rejection of the same. The offeror must have a current registration in the DoD Central Contractor Registration (CCR) database (http://www.ccr.gov). Offerors are also advised that representations and certifications must be completed electronically via the ORCA website at http://orca.bpn.gov. Any questions should be submitted in writing via the fax number provided above or e-mailed to Jamie Myers at Jamie.myers@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N0025312R0021/listing.html)
 
Record
SN02775548-W 20120616/120614235200-851c48d6cb61c5ea6f6b6835c27c65c0 (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.