Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
SOLICITATION NOTICE

36 -- FIRST ARTICLE TESTING and PROCUREMENT OF SECOND GENERATION INTERNAL LOCKING DEVICE NAVAL BASE VENTURA COUNTY, PORT HUENEME, CA

Notice Date
4/12/2018
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N3943018R2012
 
Response Due
4/30/2018
 
Archive Date
5/15/2018
 
Point of Contact
Juli Kowalski (805) 982-2565 Michael Kwast (805) 982-1567
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) is soliciting proposals to fabricate second generation (Gen II) Internal Locking Devices (ILD). The GEN II ILD is a new design and has not previously been placed into production. There is no predecessor contract or incumbent. NAVFAC EXWC intends to award an indefinite delivery indefinite quantity (IDIQ), multiple award contract (MAC) with a total capacity of $6,500,000 and a 60 month ordering period. Delivery orders will be issued as firm-fixed price and competed among the MAC holders. Two or more awardees are anticipated. All work must be completed by US citizens and US owned companies. All contract work will be unclassified For Official Use Only (FOUO). In all cases, work must be performed in accordance with federal, state, and local laws, regulations, and instructions. This acquisition is being solicited as Full and Open Competition after exclusion of Sources, as permitted by FAR 6.203 for set-asides to small business concerns. The North American Industry Classification System (NAICS) Code is 332999 with a size standard of 750 employees. As part of the market research, a sources sought notice was issued under Solicitation Number N3943018R2012. The market research results demonstrated that there were eight small business firms that are capable of meeting the requirements of this acquisition. The purpose of the contract is to obtain the following supplies or deliverables: 1.First Article Testing of GEN II ILD assembly units 2.Quality Control Plan for production of GEN II ILD assembly units 3.Production runs of GEN II ILD assembly units Delivery orders will include the following requirements: 1.Performance Work Statement (PWS) that includes minimum production quantities, mandatory specifications, reporting requirements, and delivery instructions 2.Quality Assurance Surveillance Plan (QASP) that includes performance requirements, standards, acceptable quality level, assessment methodology, and incentive/remedies Each MAC contractor will be awarded an initial delivery order at the time of award of the basic contract for first article testing, in accordance with in FAR Subpart 9.3. First article testing ensures that a contractor furnishes a product that conforms to all contract requirements. Subsequent delivery orders under this contract will include the production of GEN II ILD assembly units in typical lot sizes of twenty-five (25). Delivery orders under the IDIQ will be competed among the MAC holders in accordance with the provisions at FAR 16.505. Delivery orders will be firm fixed-priced, normally in the range of $10,000 to $100,000 per delivery order; however, larger or smaller dollar delivery order projects may be required. The minimum delivery order amount is $10,000 (excluding the first delivery order for first article testing.) The Government intends to evaluate and select best value offers using the tradeoff source selection process. This process allows for a tradeoff between non-cost/price factors and price, and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. The Government-furnished design drawings and specifications for GEN II ILD assembly units are unclassified For Official Use Only (FOUO). Based on this classification, this technical data will be NOT be furnished as part of the solicitation, but will be available to offerors upon request in Adobe.pdf format and will be sent electronically via AMRDEC SAFE (Army ™s Safe Access File Exchange). After award of the basic contract, each MAC contractor will be furnished native Solid Works files which can be uploaded to fabrication equipment. The MAC contractors shall comply with the requirements in DFARS Clause 204.404-7000 regarding the disclosure of information. The contractor shall also comply with the requirements in DFARS Clause 252.204-7012, which requires safeguarding and dissemination controls for unclassified controlled technical information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ce686eb13d2085d2da514be6c3e1290f)
 
Record
SN04886750-W 20180414/180412230606-ce686eb13d2085d2da514be6c3e1290f (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.