SOLICITATION NOTICE
19 -- SeaDoos and Trailers
- Notice Date
- 12/12/2017
- Notice Type
- Presolicitation
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893618Q0051
- Archive Date
- 12/19/2018
- Point of Contact
- Terryl Mitchell, Phone: 760-939-1998, Faith L LaGore, Phone: (760) 939-0852
- E-Mail Address
-
terryl.mitchell@navy.mil, faith.lagore@navy.mil
(terryl.mitchell@navy.mil, faith.lagore@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis for Qty 3 EA Zieman S-1 galvanized trailers with 13 inch wheels and Qty 3 EA 2017 SEAD DOO GTX Limited 300 Personal Watercraft vehicles made by Bombardier Recreational Products with delivery in accordance with FAR Part 12 and 13. This requirement is sole sourced to BOMBARDIER RECREATIONAL PRODUCTS, 726 SAINT-JOSEPH STREET, VALCOURT, QUEBEC, CANADA due to the Remote Control System components are made to be installed in the front compartment of the SeaDoo GTX. The front compartment is specific in its dimensions. All of the hardware components to be installed are made to fit the hull of the GTX and only the GTX model of the SEADOO personal watercraft. Software for the remote control operation is developed specifically for the GTX to take into account the technical performance envelope of the GTX, (speed, sea state handling ability, steering sensitivity, dynamic acceleration. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement may submit a written response to be received at the Contracting Office no later than 5 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893618Q0051and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. All responsible sources may submit a quotation which shall be considered by the agency. Written response shall be submitted by e-mail to terryl.mitchell@mavy.mill or mailed to NAWCWPNS, Code 254620D, Attn: Terryl Mitchell, 429 East Bowen Road, Mail Stop 4015, China Lake, CA 93555-6108. Electronic delivery of quotation is preferred. If you provide a quote via any other method provide us with the date package was sent, commercial carrier, and tracking number so I can lookout for package. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://www.logisticsinformationservice.dla.mil/jcp/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/df46ec1ebe08b9427841ba5cb3a485c4)
- Record
- SN04763844-W 20171214/171212230818-df46ec1ebe08b9427841ba5cb3a485c4 (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 |