Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
DOCUMENT

16 -- FOR CRITICAL SYSTEMS ARMOR (CSA) MISSION KITS - Attachment

Notice Date
8/9/2012
 
Notice Type
Attachment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412RJS08
 
Response Due
10/31/2012
 
Archive Date
12/20/2012
 
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 Critical Systems Armor (CSA) mission kits for the CH-53E Heavy Lift Helicopter. 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, and past performance. CLIN0001: First Article Units. 1 LOT consisting of 10/ea 12in x 12in. squares representative of CLIN0002 final deliverables. Due within 30 days of contract award. First Article Units are not delivered as part of the minimum production quantity of CLIN0002. CLIN 0002: Design, testing, fabrication, production, and delivery of Critical Systems Armor (CSA) mission kits for the CH 53-E Heavy Lift Helicopter in accordance with the Statement of Work (SOW) and government drawings. Min 3/ea Max 91/ea CLIN 0003: Provisioned Items Order (PIO) with each CLIN0001 production unit, the Contractor shall provide a Proposed Spare Parts List (PSPL) of all parts that identify the CSA Mission Kit, which can be removed and replaced at the O-Level. The Contractor shall utilize the Spares Acquisition Integrated with Production (SAIP) technique in preparing the PSPL. Each item on the PSPL shall be priced and available for ordering Min $ TBN Max $ TBN CLIN 0004: Technical Data in accordance with CDRLs - including Technical Reports, Quality Assurance Program Plan, Proposed Spare Parts List, Program Progress Report, Environmental Test Report, Product Drawing and Associated List, Program Management Plan, Notice of Revision, Request for Deviation, Engineering Change Proposal, Product Baseline, Configuration Status Accounting Information, Configuration Management Plan, Inspection Test Report, Certification of Analysis, Manufacturing Plan, Certificate of Competence. $ NSP Delivery: Require FOB Destination 300 Highway 361, Crane IN 47522, 60days after effective date of delivery order. Standard sales warranty shall be provided no additional cost to the Government. The technical data package contains information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive the package. Additional information is available at http://www.dlis.dla.mil/jcp/. Contractors must be properly registered in the Government's Central Contractor Registration (CCR) and in the Joint Certification Program (JCP) in order to receive the solicitation attachments. Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. The solicitation attachments will be posted to FedBizOpps at the same time the solicitation is posted. FedBizOpps may be accessed at http://www.fbo.gov. The solicitation will be available on or about 18 SEPT 2012 at https://www.fbo.gov/ All offerors may submit a proposal to be reviewed by the Government. 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 must 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 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/N0016412RJS08/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412RJS08_12RJS08_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RJS08_12RJS08_syn.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RJS08_12RJS08_syn.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02833724-W 20120811/120810001722-364501a30fe785b1bdd9f0e3c01f86d8 (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.