Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2017 FBO #5818
SOLICITATION NOTICE

13 -- MK 165, MK 166, MK 167, MK 168, AND MK 169 PYRO LEAD AND DETONATOR SYSTEMS - CONTROLLED DOCUMENTS

Notice Date
10/26/2017
 
Notice Type
Presolicitation
 
NAICS
325920 — Explosives 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
N0016418RJR63
 
Archive Date
3/26/2018
 
Point of Contact
Emily Johnson, Phone: 812-854-8653
 
E-Mail Address
emily.a.johnson@navy.mil
(emily.a.johnson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-18-R-JR63 - MK 165, MK 166, MK 167, MK 168, AND MK 169 PYRO LEAD AND DETONATOR SYSTEMS - FSC 1375 - NAICS 325920 Anticipated Issue Date: 08 JAN 2018 - Anticipated Closing Date: 07 FEB 2018 - Time 3:00 PM EDT This request for information is being posted to 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. NSWC Crane anticipates issuing a Request for Proposal (RFP) for a 5-year, Firm-Fixed Priced (FFP), Indefinate Delivery/Indefiniate Quantity (IDIQ) contract for MK 165, MK 166, MK 167, MK 168, and MK 169 Pyro Lead and Detonator Systems. This acquisition is under North American Industry Classification System code (NAICS) 325920 - Explosives Manufacturing. The resulting award has a 5-year ordering period with a potential estimated contract maximum dollar value of $25,000,000.00. Deliveries shall be FOB Destination to Bluegrass Army Depot, Richmond, KY 40475. The Required Delivery Schedule is as follows: MK 165 and MK 167 Pyro Leads is estimated 3,000 each per month, MK 166 Pyro Leads is estimated 2,000 each per month, and MK 168 and MK 169 is estimated 1,000 each per month. Initial inspection will be performed by DCMA at Origin for First Article and Lot Acceptance Test units and acceptance will be performed by Government at destination, NSWC Crane, Crane, IN 47522. This is a full and open competitive acquisition and all responsible sources may submit an offer that will be considered. The final contract award decision may be based upon the following factors: technical, past performance, and price. The RFP will delineate the relative importance of those factors. The Government intends to award to the responsible vendor whose offer is the best value to the Government in accordance with the RFP. Offers that are non-compliant with any material requirements of the upcoming solicitation may be rejected without further consideration for contract award. Specification OES-PRF-0105E, Automated Data Lists (ADLs), and all applicable drawings are attached to this synopsis for reference. It is anticipated that the RFP will be available on or about 08 January 2018 at the following address: www.fbo.gov. RFPs will be 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. 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 FedBizOpps at the same time the RFP is posted. FedBizOpps may be accessed at http://www.fbo.gov. All changes that occur prior to the closing date will be posted to the FedBizOpps website. 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 Mrs. Emily Johnson, Code 0232, at telephone 812-854-8653, Fax 812-854-5364 or e-mail: emily.a.johnson@navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RJR63/listing.html)
 
Record
SN04723765-W 20171028/171026230851-aa63e460cca9ed991e6b27e985e835c4 (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.