Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2023 SAM #7978
SOLICITATION NOTICE

J -- Evaluation, Overhaul, and New Manufacture of MK-82 and AN/SPS Motors

Notice Date
9/29/2023 9:06:27 AM
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016424RWP03
 
Response Due
10/28/2023 1:00:00 PM
 
Archive Date
12/12/2023
 
Point of Contact
Susan Eckerle, Phone: 812-381-7159
 
E-Mail Address
susan.k.eckerle.civ@us.navy.mil
(susan.k.eckerle.civ@us.navy.mil)
 
Description
NSWC Crane Synopsis N0016424RWP03 � Evaluation, Overhaul, and New Manufacture of MK-82 and AN/SPS�Motors__J020__NAICS 335312 Issue Date: 29 September 2023 � Closing Date: 28 October 2023--- 4:00 p.m. Time Eastern The Navy intends to solicit this contract on a full and open competition basis IAW FAR 6.102(b). Naval Surface Warfare Center, Crane Division, (NSWC Crane) has a requirement for the�evaluation, overhaul, and new manufacture of MK-82 Gun & Guided Missile Director Direct�Current Motors (Part Number 2907650) and the evaluation, overhaul, and new manufacture of�AN/SPS-49 Pedestal Direct Current Motors (Part Number 914104) with multiple levels of�overhaul/repair (Level I, Level II, Level III, Level IV, Level V, Level VI, and supplemental�repairs), offered for each Direct Current Motor type. This procurement will include First Article�Testing. The anticipated contract will be for a minimum of one (1) MK-82 Direct Current Motor�Evaluation and one (1) AN/SPS-49 Direct Current Motor Evaluation. The estimated contract�ceiling is $9,754,083. Deliverables shall meet the requirements of the NSWC Crane Division�Statement of Work and the NSWC Crane Drawings and Specifications. Delivery will be FOB�Destination NSWC Crane Division, Crane, Indiana 47522-5001. NSWC Crane intends to issue a 5-year Firm-Fixed-Price (FFP), Indefinite Delivery, Indefinite�Quantity (IDIQ) contract. The Government intends to award to the responsible contractor�whose offer is the best value to the Government. The basis of evaluation is estimated to be best�value and factors may include but are not limited to technical, past performance, and price; to�likely include some sub-factors. A draft Statement of Work (SOW) is posted along with this synopsis, and interested parties are�encouraged to review and provide comments or questions on the draft. The Solicitation will be made available posted to sam.gov. All changes that occur prior to the�closing date will be posted to Contract Opportunities at https://www.sam.gov/. 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. 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 at the same time the solicitation is posted. Questions or inquiries should be directed to Susan Eckerle, Code 0241, telephone 812-381-7159, email susan.k.eckerle.civ@us.navy.mil. Please reference the above solicitation number�when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2a76ae6c19944927a5edb3c34e76ae46/view)
 
Record
SN06849828-F 20231001/230929231050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.