Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
SOLICITATION NOTICE

12 -- MINIATURE AIMING SYSTEMS – DAY OPTIC SIGHTS (MAS-D) HANDGUN REFLEX SIGHT (HRS) - CONTROLLED DOCUMENTS

Notice Date
9/1/2017
 
Notice Type
Presolicitation
 
NAICS
333314 — Optical Instrument and Lens 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
N0016417RJQ25
 
Archive Date
8/13/2018
 
Point of Contact
Mellisa Sistare, Phone: 812-854-5059
 
E-Mail Address
Mellisa.sistare@navy.mil
(Mellisa.sistare@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-R-JQ25 - MINIATURE AIMING SYSTEMS - DAY OPTIC SIGHTS (MAS-D) HANDGUN REFLEX SIGHT (HRS) - FSC 1240 - NAICS 333314 Issue Date: 1 SEP 2017 - Closing Date: 29 JUN 2018 - Time: 1700 COMPETITIVE PROCUREMENT - The Naval Surface Warfare Center (NSWC) Crane has a requirement for a minimum of 30 units and estimated maximum 14,350 units of the Miniature Aiming Systems - Day Optics (MAS-D) Handgun Reflex Sight (HRS). The Government anticipates the award a five-year, Indefinite-Delivery, Indefinite-Quantity (IDIQ), Firm-Fixed-Price type contract. The Government estimates 1,435 units for Foreign Military Sales (FMS) anticipated requirements. Offerors should anticipate developing sixteen (16) product samples that meet modified commercial requirements for evaluation, as well as and ten (10) Front and Rear Suppressor Height Iron Sights for the product sample(s) evaluation to enable ‘absolute co-witness'. All requirements for product samples will be identified in the Request for Proposal (RFP). This contract is anticipated to include provision item order (spare parts), training, subassemblies and models of the MAS-D HRS. The anticipated evaluation process will be based on Best Value. The delivery shall be FOB destination at NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. Delivery schedule is anticipated to be 60 calendar days after receipt of order. All responsible sources may submit a proposal which shall be considered by the agency. The proposed contract action will use written solicitation procedures in accordance with FAR part 12. The proposed acquisition is for full and open competition. This procurement is not a set-aside. This acquisition is subject to Buy American Act (252.225-7000, 252.225-7001, and 252.225-7002 are applicable). The Government anticipates contract award for HRS fourth quarter fiscal year 2018. A Request for Information has previously been issued under announcement number N00164-17-S-NB13. The Government is posting the draft Statement of Work, draft Performance Specification, and draft RFP for review and to receive responses and questions from potential sources to further evaluate potential sources capabilities and ensure that adequate competition is achieved as a result of the subsequent RFP. The Government highly encourages potential sources to provide a response to the attached documents. The Government intends to use the information provided to refine the Government requirements. The Government request potential sources to submit responses and questions to the draft documents to the point of contact listed herein no later than 16 October 2017. The RFP is anticipated to be released in FY18. The RFP will be in portable document format (PDF). No hard copies of the RFP will be mailed. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled 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 https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx The controlled attachments will be posted to FBO at the same time the solicitation is posted. FBO may be accessed at http://www.fbo.gov. All changes that occur prior to the closing date will be posted to the FBO website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes or amendments and considered for future discussions or award. The point of contact at NSWC Crane is Ms. Mellisa Sistare at 812-854-5059 or email: Mellisa.sistare@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/N0016417RJQ25/listing.html)
 
Record
SN04659141-W 20170903/170901231833-9db236ab3021e3df705284c93731cee0 (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.