SOLICITATION NOTICE
13 -- MK 79 MOD 2 and MK 80 MOD 2 SIGNALS - 15RJR40_syn - CONTROLLED DOCUMENTS
- Notice Date
- 2/11/2015
- Notice Type
- Presolicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016415RJR40
- Archive Date
- 5/26/2015
- Point of Contact
- Kristina Wagoner, Phone: (812)854-3990
- E-Mail Address
-
kristina.wagoner@navy.mil
(kristina.wagoner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 15RJR40_syn N00164-15-R-JR40 - MK 79 MOD 2 and MK 80 MOD 2 SIGNALS - FSC 1370 - NAICS 325998 Anticipated Issue Date 6 MAR 2015 - Anticipated Closing Date 7 APR 2015 - Time 2:00 PM EDT This solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. Naval Surface Warfare Center (NSWC) Crane has a requirement for the MK 79 MOD 2 Personnel Distress Signal Kit and the MK 80 MOD 2 Hand Fired (Red) Signal manufactured in accordance with government specifications. Solicitation will be issued for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract that will cover a five year ordering period. The Government intends to award a Firm-Fixed Priced (FFP) five year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a minimum contract quantity of 4,000 each MK 80 MOD 2 and a maximum contract quantity of 130,000 each MK 80 MOD 2 and a minimum contract quantity of 0 each MK 79 MOD 2 and a maximum contract quantity of 27,000 each MK 79 MOD 2 with an anticipated award date of September 2015. Step-ladder pricing will be required for a 5-year period for quantities of 3,201-35,000 each MK 80 MOD 2 and 500-7,500 each MK 79 MOD 2. This procurement will also contain line items for future technology improvement units (FTI) on both the MK 79 MOD 2 and MK 80 MOD 2. FTI units will be unpriced and quantities, if required, will be part of the maximum contract quantity. Delivery terms are 432 days after effective date of order with F.O.B at destination. Initial inspection is at origin and final inspection and acceptance are at destination. First Article testing and Lot Acceptance testing will be required for this procurement. A quantity of 85 each MK 80 MOD 2 and 35 each Flare Cup Assemblies will be required for First Article testing within 180 days after contract award. The First Article units will not be delivered as part of the production quantity. First Article testing and Lot Acceptance testing will be performed by the Government. This is a full and open competition acquisition and all responsible sources may submit an offer that will be considered. The final contract award decision may be based upon a combination of past performance and price evaluation factors as described in the solicitation. The Government intends to award to the responsible contractor whose offer is technically acceptable and is the best value to the Government, considering past performance and price related factors. Contractors must be properly registered in the System for Award Management (SAM) and in the Joint Certification Program (JCP) in order to receive the synopsis and solicitation attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. Information about the JCP is located at http://www.dlis.dla.mil. A draft technical data package is posted as an attachment to this synopsis on FedBizOpps. The draft technical data package is being provided for comments/questions prior to solicitation issuance; all comments/questions shall be received prior to the estimated solicitation issue date of 3/6/2015. This will be a non-commercial acquisition in accordance with FAR Part 15. The solicitation will be available on or about 3/6/2015 at the following address: http://www.fbo.gov. Solicitation attachments will be posted at the same time the solicitation is posted. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. All changes to the requirement that occur prior to the closing date will be posted to the FedBizOpps website. It is the responsibility of interested vendors to monitor the FedBizOpps website for amendments that may be issued to this solicitation. 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. Questions or inquiries should be directed to Kristina Wagoner, Code 0232, at telephone 812-854-3990, Fax 812-854-5364 or e-mail: kristina.wagoner@navy.mil. Complete mailing address is: Ms. Kristina Wagoner, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415RJR40/listing.html)
- Record
- SN03639747-W 20150213/150211234544-1a9f80d373c6d0d28cdb438fe42a179a (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 |