Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOLICITATION NOTICE

10 -- PRINTED WIRE ASSEMBLYS FOR THE MK 45 GUN MOUNT

Notice Date
8/27/2013
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Indian Head Division, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115
 
ZIP Code
20640-5115
 
Solicitation Number
N00024-13-G-5331-FG01
 
Archive Date
8/27/2014
 
Point of Contact
Kevin M. King, Phone: 3017446640, Ruth D Adams, Phone: 301 744 6655
 
E-Mail Address
kevin.m.king2@navy.mil, ruth.d.adams@navy.mil
(kevin.m.king2@navy.mil, ruth.d.adams@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Under Basic Ordering Agreement (BOA) N00024- 13-G- 5331, Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), Indian Head, Maryland, intends to issue a Firm Fixed Price Order on a sole source basis to BAE Systems Land and Armaments, Inc. 163 Rochester Drive, Suite 1, Louisville, KY 40214-2600. The contractor shall supply 7 printed wiring assemblies, fire control interface NSN 5998-01-530-3433, 4 printed wiring assemblies, fire control interface NSN 5998-01-530-3157, and 25 printed wiring assemblies, PMC video graphics driver NSN 5998-01-606-9311 as specified in the technical instruction. Delivery Schedule: 3 months ARO. BAE Systems Land and Armaments, Inc. is the only known company with the requisite technical qualifications and facilities to perform the work in the requisite time frame. Any responsible source having the technical capabilities to meet the requirement above may submit an offer, which will be considered, to Kevin King, NSWC IHEODTD, 4072 North Jackson Road, Bldg. 1558, Indian Head, Md. 20640-5115, or via e-mail to kevin.m.king2@navy.mil. The offer must clearly show the firm's ability to manufacture the components in accordance with all drawing requirements. All responsible sources may submit an offer which shall be considered by the agency. This synopsis is for information purposes only. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 30 days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based on the responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Companies interested in subcontracting opportunities should contact BAE directly. The NAICS Code is 332994 with a size standard of 1000 employees. The FSC Code is 1010. IMPORTANT NOTE: All offerors are ineligible for award unless they are registered in DoD's Central Contractor Registration database, which has now been integrated with the System for Award Management (SAM). Information regarding registration and annual confirmation requirements is available at 1-866-606-8220 and via http://www.sam.gov/. Contracting Office Address: Naval Surface Warfare Center, Procurement Department (Code C1), 4072 North Jackson Road, Suite 132, Indian Head, MD 20640-5115 See note 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00024-13-G-5331-FG01/listing.html)
 
Place of Performance
Address: BAE Systems Land and Armaments, Inc., 163 Rochester Drive, Suite 1, Louisville, Kentucky, 40214, United States
Zip Code: 40214
 
Record
SN03164563-W 20130829/130828000009-f4bd4241e2879f3dabe2c7dcf4d9ed8c (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.