SOURCES SOUGHT
58 -- Precision Aiming Laser (PAL) - CONTROLLED ATTACHMENTS 1
- Notice Date
- 10/29/2018
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens 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
- N0016419RJQ56
- Archive Date
- 3/22/2019
- 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
- N00164-19-R-JQ56 -Precision Aiming Laser (PAL) - FSC 5855 - NAICS 333314 Issued Date: 19 NOV 2018 - Closing Date: 01 FEB 2019 - Time 2:00 PM EDT Naval Surface Warfare Center (NSWC), Crane Division intends to procure Precision Aiming Laser (PAL) along with Provision Item Ordering (PIO) for the PAL, Training and Non-functional Units/Models. This procurement will be a Non-Commercial Firm Fixed-Price (FFP), Five-year, Indefinite Delivery Indefinite Quantity (IDIQ) supply contract. The units procured under this requirement shall be in accordance with the Performance Specification, Statement of Work (SOW), and Contract Data Requirements List (CDRLs). Delivery is FOB Destination. Inspection and Acceptance will be performed by the Government at Destination, NSWC Crane, Crane, IN 47522. The estimated contract minimum is 32 PAL units. The estimated contract max is $37.5 million. This requirement will be issued competitively as a Full and Open Competition IAW FAR Subpart 6.1. The Government intends to award to the responsible offeror whose offer constitutes the best value to the Government, considering technical, delivery, past performance, and price related factors. The Performance Specification and Statement of Work are being provided with the issuance of the synopsis. Contractors are requested to provide any comments/questions concerning the draft requirements documents prior to the issue date of the solicitation. The official Performance Specification and SOW will be posted with the solicitation. Offerors shall provide six (6) identical configuration, production representative, product samples for each PAL proposal that is being solicited. Product samples shall be clearly marked to differentiate the individual product sample(s). Proposals, including product samples, will be evaluated by NSWC, Crane personnel against the Performance Specification (PS) and Statement of Work (SOW) identified in the solicitation. The six product samples shall be used collectively for evaluation against the specification requirements (i.e. each individual sample will not necessarily undergo full testing). The Government may or may not choose to fully evaluate the product samples against all the requirements identified in the Performance Specification. All product samples will be tested to the same specification requirements. The product samples will be provided at no cost to the government. Offerors will not be permitted to resubmit sample products. Product samples will 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 each of the factors and subfactors discussed in the solicitation in sufficient detail to allow the Government to evaluate the proposal. All requirements are detailed in the Performance Specification and Statement of Work attached to this synopsis and the forthcoming solicitation number N00164-19-R-JQ56 to be posted on the FedBizOpps website at http://www.fbo.gov on or about 19 November 2018. To be eligible for award, 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 to the requirement that occur prior to the closing date will be posted to the FBO website as amendments to the solicitation. For changes made after the closing date, only those offerors that submitted a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Interested sources must download the document from the websites listed above. The Government point of contact is Mrs. Emily Johnson at telephone number 812-854-8653, fax number 812-854-1747, or e-mail emily.a.johnson@navy.mil. Complete mailing address is: Mrs. Emily Johnson Code 0232, NSWC Crane, 300 Highway 361 Bldg. 3373, Crane IN 47522-5001. Reference the solicitation number N00164-19-R-JQ56 when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419RJQ56/listing.html)
- Record
- SN05137029-W 20181031/181029230544-9630a29538276b2f1badd63494d0623f (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 |