Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
SOLICITATION NOTICE

39 -- Crash and Salvage Cranes

Notice Date
1/25/2018
 
Notice Type
Presolicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-14-R-0276
 
Archive Date
2/24/2018
 
Point of Contact
Gianna V Gatto, Phone: (732) 323-1270
 
E-Mail Address
gianna.gatto@navy.mil
(gianna.gatto@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division intends to procure the Carrier Crash and Salvage Crane (CCSC) and Amphibious Crash and Salvage Crane (ACSC), Reference SOLICITATION NUMBER N68335-14-R-0276. Solicitation N68335-14-R-0276 will be issued as a full and open request for proposal (RFP). The CCSC and ACSC will be used for lifting and moving disabled aircraft on Carrier Vessel, Nuclear (CVN) and L-Class ship flight decks respectively. The new cranes will replace the existing A/S32A-35A and -52, Carrier Vessel Crash Crane (CVCC) and the A/S32A-36A and -53 Amphibious Assault Crash Cranes (AACC) and are expected to be in service for the next twenty-five (25) years. The following are some of the requirements for the new Crash and Salvage Cranes. As required for any typical Navy support equipment, the cranes shall be highly reliable, maintainable and supportable. As shipboard equipment, they shall be capable of meeting shipboard shock, vibration, environmental, EMI/EMV and mobility criteria. The cranes will be powered by a Tier 3 diesel engine. Human factors engineering shall be utilized to the greatest extent possible to make the new cranes a user friendly piece of Support Equipment. The Government anticipates the award of a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a minimum quantity of 1 Engineering Development Model (EDM) CCSC and 1 EDM ACSC to be purchased with the first Delivery Order. After successful completion of contractor testing and government suitability and supportability evaluation, the government plans to issue delivery orders for the production units over three production years for up to 14 CCSCs and 14 ACSCs. In order to determine the best value, the Government will consider strengths, weaknesses and risks associated with the proposal using the best value method of evaluation. The contract will be awarded to the responsible Offeror whose proposal is determined to offer the best value to the Government. Proposals received will be evaluated under the factors of Technical, Experience, Past Performance, and Price. Contractors must be registered in SAM. Solicitation N68335-14-R-0276 will be issued as a full and open request for proposal (RFP) as concurred by the NAVAIR Office of Small Business Programs. The solicitation and any amendments will be posted on FedBizOpps under N68335-14-R-0276. Hard copies of the solicitation and amendments will NOT be mailed to the contractors. The solicitation will be posted on the web, on or about 16 February 2018. The Government will not accept electronic proposals. Please contact Gianna Gatto, Contracts POC, at Facsimile (732) 323-2359, Phone (732) 323-1270, or E-mail gianna.gatto@navy.mil for any questions regarding this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-14-R-0276/listing.html)
 
Record
SN04799885-W 20180127/180125231352-26342f3721c662d011d3621bf6605cc7 (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.