Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
SOLICITATION NOTICE

58 -- MULTI-SPECTRAL IMAGING SENSOR (MSIS - 18RJQ55_syn_att1

Notice Date
9/18/2018
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
N0016418RJQ55
 
Archive Date
2/14/2020
 
Point of Contact
Casandra O’Neall, Phone: 812-854-3765
 
E-Mail Address
casandra.e.oneall@navy.mil
(casandra.e.oneall@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N0016418RJQ55- MULTI-SPECTRAL IMAGING SENSOR (MSIS) - FSC 5855 - NAICS 334511 Anticipated Issue Date: 30 November 2018 - Anticipated Closing Date: 31 December 2019 - 2:00 PM EST Naval Surface Warfare Center (NSWC) Crane has a requirement for Multi-Spectral Imaging Sensor (MSIS) systems to be used for situational awareness and target detection, recognition, and identification at day and night. The MSIS is to be installed into a stabilized sensor system to support imaging for DOD and other Federal Agencies. The MSIS will incorporate open system architecture to support fusion and/or correlation with other maritime sensors currently employed, ones that may be added in the future, and external sensor data received via digital interoperability. In addition to the MSIS, the Government requires installation kits, interface cable assemblies, mounting assemblies, shipping containers, Integrated Logistics Support (ILS), failure analysis, repair, training support, technical documentation and related support for the MSIS. NSWC Crane intends to solicit and award a single firm-fixed-price indefinite-delivery indefinite-quantity contract with a five-year ordering period and five additional option ordering years for sustainment to include spares, training, installation support, repairs and other services as required for sustainment of the systems. The Navy intends to solicit and negotiate this contract on a full and open competition basis IAW FAR 6.1. Delivery is required FOB Destination. The Government intends to award to the responsible contractor whose offer is the best value to the Government, considering technical, past performance, and cost-related factors. The final contract award decision will be based upon a combination of technical, past performance, and cost evaluation factors, as described in the solicitation. Offers that are non-compliant with any material requirement of the solicitation may be rejected without further consideration for award. The anticipated contract minimum ordering quantity is 3 systems, and the anticipated contract maximum quantity for MSIS is 64 systems. Additional ceiling will be allotted to installation kits, interface cable assemblies, mounting assemblies, shipping containers, Integrated Logistics Support (ILS), failure analysis, repair, training support, technical documentation and related support based on the proposed prices to arrive at an overall contract not-to-exceed amount. The draft statement of work and performance specifications are attached to this synopsis. Interested vendors are encouraged to submit questions and/or comments on the draft statement of work and performance specification to the POC listed herein in order for the Government to take into consideration prior to issuance of the final RFP. 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 http://www.dlis.dla.mil. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. Offers must be submitted in the format specified in the solicitation to be considered. 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 Casandra O'Neall, Code 0231, telephone 812-854-3765, e-mail casandra.e.oneall@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/N0016418RJQ55/listing.html)
 
Record
SN05095371-W 20180920/180918231524-5463ef55a892cc1366d057a733535c6f (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.