SOLICITATION NOTICE
13 -- COMMERCIAL EXPLOSIVES - ATTACHMENTS - SOLICITATION
- Notice Date
- 12/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N0016418Q0042
- Archive Date
- 3/13/2018
- 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
- SOLICITATION 18Q0042 ATTACHMENTS N0016418Q0042 - COMMERCIAL EXPLOSIVES - FSC 1375 - NAICS 325920 Anticipated Issue Date: 27 December 2017 - Anticipated Closing Date: 26 January 2018 - Time 3:00 PM EDT This solicitation is being issued pursuant to the procedures of FAR 13/13.5. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N0016418Q0042 is hereby issued as an attachment hereto. NSWC Crane anticipates issuing a Request for Quote (RFQ) for a single five (5) year, Firm-Fixed Priced (FFP), Indefinate Delivery/Indefinate Quantity (IDIQ) contract for Commercial Explosives to support U.S. Navy Seabee training exercises. The Commercial Explosives include: BLASTEX 2-1/2 X 16 IN, 1-LB TROJAN SPARTAN BOOSTER, 40 FT 17/500 NONEL EZ DET 1.4B, NONEL EZ DET 40 FT 25/500, NONEL EZ DET 1.4B 40 FT 42/500, 1,000 FT NONEL STARTER, ANFO (DYNOMIX), DYNO AP (DETAGEL), 2-1/2 X 16 IN DETONATOR, SENSITIVE EMULSION 3.24LB, OVER PACK BOX/PALLET. This acquisition is under North American Industry Classification System code (NAICS) 325920 - Explosives Manufacturing. The resulting award has a five (5) year ordering period with a potential estimated contract minimum amount of $15,000 and the estimated contract maximum dollar value of $1,000,000.00. Deliveries shall be FOB Destination to Navy Munitions Command, China Lake, CA 93555 and NMC DET North Island, San Diego, CA 92135. The required delivery schedule will be 60 Days After Receipt of Order. Inspection and Acceptance shall occur at Destination. This quote is being issued pursuant to the procedures at FAR 13.5 and will result in a Brand Name or Equal, firm-fixed price contract. The solicitation will be issued competitively as a 100% small business set-aside (SBSA) and all responsible sources may submit an offer that will be considered. The final contract award decision may be based upon the following factors as described in the RFQ: technical, past performance, and price. The RFQ 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 RFQ. Offers that are non-compliant with any material requirements of the upcoming solicitation may be rejected without further consideration for contract award. Vendors proposing alternative items to the brand name items shall provide adequate documentation for each alternative item for the Technical Activity to make a technically acceptable or unacceptable determination by verifying that alternative items meet or exceed all physical, functional, and performance characteristics of brand named items. Documentation for each alternative item proposed shall include Material Safety Data Sheets (MSDS), Complete Item Description, and Technical Data equivalent to that provided with solicitation for brand name items. Any vendor who does not provide adequate documentation for review of "equal" items will not be considered for contract award. This procurement falls under the National Technology and Industrial Base (NTIB). A Pre-Award Safety Survey will be required prior to award of the contract to ensure contractor compliance with the requirements of DFARS 252.223-7002 and 252.223-7003. It is anticipated that the RFQ will be available on or about 27 December 2017 at the following address: www.fbo.gov. RFQs 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/N0016418Q0042/listing.html)
- Record
- SN04776624-W 20171229/171227230647-4ef45a6b4337b3dfabf371b806dbd86f (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 |