SOLICITATION NOTICE
58 -- PRODUCTION OF THE AN/SLA-10D BLANKER-VIDEO MIXER MX-10042B/SLA-10D AND THE CONTROL-INDICATOR C-10569B/SLA-10D FOR SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32 (V) 6 SYSTEM
- Notice Date
- 4/21/2016
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016416RWM94
- Archive Date
- 8/15/2016
- Point of Contact
- Lynn Masterson-Brinegar, Phone: 812-854-8865
- E-Mail Address
-
lynn.masterson-brine@navy.mil
(lynn.masterson-brine@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-16-R-WM94 - PRODUCTION OF THE AN/SLA-10D BLANKER-VIDEO MIXER MX-10042B/SLA-10D AND THE CONTROL-INDICATOR C-10569B/SLA-10D FOR SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32 (V) 6 SYSTEM -- FSC 5865 - NAICS 334511 Anticipated Issue Date 1 June 2016 - Anticipated Closing Date 1 July 2016 - Time 3:00 PM EDT Naval Surface Warfare Center (NSWC) Crane Division Has a requirement for the production of the AN/SLA-10D blanker-video mixer MX-10042B/SLA-10D and the control-indicator C-10569B/SLA-10D for the SEWIP AN/SLQ-32(V) 6 system and shop replaceable assemblies to include: power supply, display, computer, keypad, I/O-1, I/O-2, field programmable gate array and the main printed circuit board assemblies. The requirement is build to print per the Government owned technical package. All drawings and documents contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD contractors only. Contractors must be properly registered in the System for Award Management (SAM) in order to receive the solicitation attachments. The Government intends to award a firm fixed priced, indefinite delivery indefinite quantity (IDIQ) contract with a five year ordering period. Anticipated IDIQ quantities are a minimum of 30 units and a maximum of 150 units over the life of the contract. The Government intends to award to the responsible contractor whose offer represents the best value to the Government considering technical, past performance and price related factors. First article testing and approval will be required. Inspection and acceptance will performed by a Government representative at FOB destination (Crane, IN 47522). FOB destination delivery will be 180 days after receipt of the delivery order. This is 100% set-aside for small business. All changes to the requirement will be posted to FedBizOpps. The solicitation will be available on or about 1 July 2016. It is the responsibility of the interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offers that provide a proposal will be provided any changes/amendments and considered for future discussion and /or award. No hard copies of the solicitation will be mailed. Offers must be submitted in the format specified in the solicitation. It is the responsibility of the offeror to submit offers to the Government point of contact (POC) at NSWC Crane. The POC is Ms. Lynn Masterson-Brinegar, code 0243, building 121, 300 Highway 361, Crane IN 47522-5000. Telephone 812-854-8865 or email: lynn.masterson-brine@navy.mil. Reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416RWM94/listing.html)
- Record
- SN04091438-W 20160423/160421234701-e63a8b457601f2ef2ce7312132085c64 (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 |