SOLICITATION NOTICE
39 -- Manufacturing, Testing, and Delivery of Slings, Sling Components and Sling Assemblies
- Notice Date
- 6/10/2024 11:56:41 AM
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016424RGW19
- Response Due
- 7/22/2024 11:00:00 AM
- Archive Date
- 09/05/2024
- Point of Contact
- Bradley Axsom, Phone: 812-381-3850
- E-Mail Address
-
bradley.l.axsom.civ@us.navy.mil
(bradley.l.axsom.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- N0016424RGW19 �Manufacturing, Testing, and Delivery of Slings, Sling Components and Sling Assemblies � PSC 3940 � NAICS 333923 - Anticipated RFP issue date 21-JUNE-2024- Anticipated RFP closing date 22-JULY-2024 at 02:00 PM EST THIS EFFORT IS 100% SET ASIDE FOR SMALL BUSINESS Naval Surface Warfare Center (NSWC), Crane Division is conducting a one time open admission to promote competition on the Multiple Award Contracts (MAC) for the manufacturing, testing, and delivery of slings, sling components, and sling assemblies contracts which resulted from solicitation N0016422RGW04. The purpose of this one time open admission is to expand the contractor base by awarding additional Indefinite-Delivery/Indefinite-Quantity (IDIQ) prime contracts for repetitive known requirements and future emergent requirements. Solicitation number N0016424RGW19 will be firm-fixed-price (FFP), with an ordering period through 30 June 2032. The Government intends to compete each order, with award being made to the responsible Contractor whose offer represents the best value, utilizing the Tradeoff Process, to the Government considering technical, past performance, and price. The following Contract Line Item Numbers (CLIN) are anticipated: CLIN 0001- Specialized Rigging, Lifting Slings and Hoist Ropes CLIN 0002- Technical Data Requirements CLIN 0003- Contract Ceiling CLIN 0004 � Option Year 1 for Year-Six Ordering Period CLIN 0005 � Option Year 2 for Year-Seven Ordering Period CLIN 0006 � Option Year 3 for Year-Eight Ordering Period The Government estimates each MAC guaranteed minimum amount will be $2,500. The Government estimates that the maximum dollar amount will be $1,999,999 over the course of the eight-Year Contract. All manuals, specifications, and other technical documents will be available at time of RFP issuance. Contractors must be properly registered in the System for Award Management (SAM). 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. Contractors must be properly registered in SAM and the Joint Certification Program (JCP) in order to receive the controlled attachments. Information regarding 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. Contract Opportunities on https://sam.gov/ has officially replaced FBO.gov. All changes that occur prior to the closing date will be posted to Contract Opportunities on https://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. The Government point of contact is Bradley Axsom, Code 0221, telephone 812-381-3850, or e-mail bradley.l.axsom.civ@us.navy.mil (preferred). Please refer to the above solicitation number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/af59adbabd8748b5b408b11a29c36196/view)
- Record
- SN07091931-F 20240612/240610230117 (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 |