DOCUMENT
58 -- Hand Held Imager - Mini Long Range System (HHI-MINI LR), PIO/Spares, and Repairs - Attachment
- Notice Date
- 11/8/2012
- 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
- N0016413RJQ02
- Response Due
- 1/17/2013
- Archive Date
- 3/5/2013
- Point of Contact
- Mr. Gary Frye 812.854.8890 Mr. Gary Frye, 812.854.8890
- Small Business Set-Aside
- N/A
- Description
- This solicitation 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 Naval Surface Warfare Center, Crane Division, intends to enter into a five (5) year Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the HHI-MINI LR. This acquisition is under North American Industry Classification System Code (NAICS) 334511, Search, Detection, Navigtation, Guidance, Aeronautical, and Nautical System and Instrument Manufactruing. The Government reserves the right to award multiple awards if it is in the Governments best interest to do so. The following are the anticipated CLINs: CLIN0001 Production Representative Systems. CLIN0002 HHI-MINI LR Systems. Min 1 ea. Max 646 ea. CLIN0003 PIOs, NTE $300,000. CLIN0004 TT and E/Repair, NTE $200,000. CLIN0005 Data, Not Separately Priced (NSP). The procurement will encompass Research, Development, Test and Evaluation (RDT and E), procurement of HHI-MINI LR system, system spares, repairs, configuration management (CM), technical documentation, training and Contractor Logistics Support (CLS). The HHI - MINI LR shall be a miniaturized, infrared (IR) long range hand held bi-ocular system with an integrated sensor and a long range laser rangefinder in accordance with (IAW) the Statement of Work (SOW) and Performance Specification (PS). This procurement is planned to culminate in an award based on the following two phase approach: Phase I - Written Paper Proposal Evaluation, Phase II - Production Representative Testing. Following the evaluation of written proposals during Phase I, the government may make multiple awards resulting in delivery orders for the development and delivery of Production Representative Systems (CLIN0001). Following Government test and evaluation of the two production representative systems during Phase II, a down select will be performed for the award of future delivery orders to one contractor to the responsible contractor whose product meets the Governments requirement and has been determined to be the best value to the Government considering, ability to meet the technical requirements in accordance with the performance specification, price and past performance. The final contract award decision may be based upon the following factors: Technical (which will include the testing of the 2/ea. production representative systems), Past Performance and Price. The Government intends to award to the responsible contractor whose offer is the best value to the Government. Offers that are non-compliant with any material requirement of the solicitation may be rejected without further consideration for award. The solicitation will be available on or about 07 December 2012 at the following address: https://www.fbo.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps and NECO. To be eligible for award, contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. Questions concerning this action may be directed to Gary Frye, Code CXPL, at telephone 812-854-8890, Fax 812-854-5066 or e-mail: gary.frye1@navy.mil.The mailing address is: Gary Frye, Code CXPL, Bldg. 3291, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413RJQ02/listing.html)
- Document(s)
- Attachment
- File Name: N0016413RJQ02_13RJQ02_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016413RJQ02_13RJQ02_syn.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016413RJQ02_13RJQ02_syn.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016413RJQ02_13RJQ02_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016413RJQ02_13RJQ02_syn.docx)
- Record
- SN02927815-W 20121110/121108234816-3c6b5937717cf93c4bd92f6196e117e2 (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 |