Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
SOLICITATION NOTICE

10 -- 50 CALIBER, 30MM, AND 7.62MM FEED CHUTES AND LINK CHUTES TO SUPPORT THE GAU-17, GAU-21, MK44, AND MK44 CHAIN GUN WEAPON SYSTEMS

Notice Date
2/22/2018
 
Notice Type
Presolicitation
 
NAICS
332313 — Plate Work 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
N0016418RJN59
 
Archive Date
6/1/2018
 
Point of Contact
Lisa Demontagnac, Phone: 812-854-2355
 
E-Mail Address
lisa.demontagnac@navy.mil
(lisa.demontagnac@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-18-R-JN59 -.50 CALIBER, 30MM, AND 7.62MM FEED CHUTES AND LINK CHUTES TO SUPPORT THE GAU-17, GAU-21, MK44, AND MK44 CHAIN GUN WEAPON SYSTEMS - FSC 1005 - NAICS 332313 Anticipated Issue Date: 16 MAR 2018 - Anticipated Closing Date: 17 APR 2018 - Time 2:00 PM EST Naval Surface Warfare Center (NSWC) Crane has a requirement for the production of.50 caliber, 30mm, and 7.62mm composite feed chutes and link chutes to support the GAU-17, GAU-21, MK44, and MK44 Chain Gun Weapon Systems in accordance with Government salient characteristics and drawings. Award of a five (5) year Firm-Fixed Price Indefinite Delivery Indefinite Quantity contract is anticipated. The contract award minimum is $5,000 and the contract maximum is estimated to be $5,000,000 for this contract. Delivery is required within 90 days after effective date of contract award, FOB Destination, with inspection and acceptance performed at Destination. The anticipated contract award date is on or before 24 July 2018. The Navy intends to solicit and negotiate this contract on a full and open competition IAW FAR Subpart 6.1. The solicitation will be issued under FAR Part 15 Contracting by Negotiation. The Government intends to award to the responsible offeror(s) whose offer(s) is/are determined to be the best value to the Government, considering technical, past performance, and price related factors. Product samples are required to be submitted prior to solicitation closing. Offerors shall provide one (1) 7.62mm chute four (4) feet in length and one (1) 7.62mm chute (10) feet in length. Product samples are not required for the.50 caliber or 30mm chutes. Proposals, including Product Samples, will be evaluated by NSWC, Crane personnel against salient characteristics and drawings in the solicitation. The Government requires Product Samples to be representative of the production units. The Product Sample will be provided at no cost to the Government. Offerors will not be permitted to resubmit Product Samples. Furthermore, Products Samples shall not be "marked" as to the vendor's name. In addition to the product sample(s), the offerors shall submit a written proposal in response to the factors and subfactors described in the solicitation in such detail to allow the Government to evaluate the proposal. 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 solicitation 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 Ms. Lisa Demontagnac, Code 0232, telephone 812-854-2355, e-mail lisa.demontagnac@navy.mil. Complete mailing address is: Ms. Lisa Demontagnac, Code 0232, Bldg. 3373, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. Please reference the above solicitation number, N00164-18-R-JN59, when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RJN59/listing.html)
 
Record
SN04831319-W 20180224/180222231618-67ca6b20da3f9e55bb9846db3bfab9ea (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.