Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
SOLICITATION NOTICE

58 -- TR-232C Transducers

Notice Date
2/29/2024 10:45:38 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-24-R-0144
 
Response Due
3/14/2024 11:00:00 AM
 
Archive Date
03/29/2024
 
Point of Contact
Kerin Prairie, Phone: 4018323037, Andrew Kenyon, Phone: 4018327290
 
E-Mail Address
kerin.m.prairie.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil
(kerin.m.prairie.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a synopsis for noncommercial items prepared in accordance with FAR 5.204 as supplemented with additional information included in this notice. The Naval Undersea Warfare Center Division, Newport, RI (NUWCDIVNPT) has a requirement for a production contract for TR-232C transducers in support of the Hull Sensor Systems Program (HSS) to replenish and maintain adequate TR-232C Transducer inventory to support fleet needs. The work to be performed under the contract is for a manufacturer to design, document, manufacture, test, package, and deliver First Article (if first article is not waived) and Production TR-232C transducers. Award of a single, firm fixed-price (FFP) five-year indefinite delivery/indefinite quantity (ID/IQ) contract for first article and production TR-232C transducers that meet the performance requirements of the respective TR-232C Critical Item Performance Specification (CIPS) is anticipated. This procurement is solicited as a total small-business set aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,350 employees. A draft Statement of Work and CIPS are included with this synopsis. The CIPS are Distribution D, which means distribution is authorized to the DoD and U.S. DoD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the specifications. Upon RFP issuance, please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. To obtain a copy of the CIPS, offerors' active JCP certifications must be reflected in SAM.gov. Offerors must be registered in System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. The anticipated release date of RFP#: N66604-24-R-0144 is expected to be in April 2024. The anticipated source selection evaluation criteria will consider technical capability, past performance, small business participation, and price. The specific evaluation criteria will be outlined in the solicitation. The closing date for receipt of proposals will be established in the RFP. Additional details will be released upon issuance of N66604-24-R-0144. Please contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil with any questions regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7457d2dc2cdb47898ad3ef1f16d5fc1c/view)
 
Record
SN06981996-F 20240302/240229230104 (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.