Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

17 -- Common Store Dolly (CSD)

Notice Date
4/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B129-2, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-02-R-0027
 
Response Due
4/24/2002
 
Archive Date
5/9/2002
 
Point of Contact
Kimberly Cesaretti, Contract Specialist, Phone 732-323-4795, Fax 732-323-4822,
 
E-Mail Address
cesarettika@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The proposed contract is 100% set aside for small business concerns. The NAICS Code is 336413. The Small Business Size Standard is 1,000 employees. The Naval Air Warfare Center Aircraft Division, Lakehurst (NAWCADLKE), New Jersey intends to procure recurring quantities of Support Equipment (SE) hereto forward referred to as the Common Store Dolly (CSD). The Common Store Dolly is defined by P/N 3637AS600-1. The Common Store Dolly (CSD) is intended for ship and land based duty. The CSD will load the A/A42R-1 Aerial Refueling Store on the F/A-18E/F Super Hornet's Centerline Station and the S-3B Viking's Wing Station. The dolly will also be used to load drop tanks on the F-18's Centerline & Wing Stations as well as the S-3Bs Wing Station. The CSD uses a mechanical winch assembly designed to perform both tasks without the aid of any adapters; no hydraulics or electronics are utilized. The Naval Air Warfare Center Aircraft Division Lakehurst intends to procure one hundred forty (140) Common Store Dollies with a First Article Test (FAT) Unit and interim spares utilizing a Government furnished drawing package. The contract type will be firm fixed-price. The anticipated delivery schedule for the Common Store Dolly units is as follows: FAT 90 days after date of contract with an incremental delivery schedule of eight (8) per month starting 90 days after FAT unit acceptance. MIL-I-45208 Inspection System Requirements, and MIL-STD-2219 Welding and Brazing apply to this acquisition. Proof load testing is applicable to this acquisition. Inspection and acceptance will be at source with DCMA. Shipment shall be FOB destination (shipping costs borne by the contractor). The solicitation will contain all specifications, drawings, DD Form 1423, and any other additional requirements or information pertaining to the acquisition. All offerors shall be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at https://www.ccr.dlis.dla.mil. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the drawings or technical data. All requests for copies of the solicitation drawings or technical data must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/jcp/search.htm. The Government will award a contract using best value procedures to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, cost or price and other factors specified elsewhere in the solicitation considered. This solicitation N68335-02-R-0027 and its technical data package will be available approximately 15 May 2002. All interested parties are advised to monitor the NAVAIR Solicitation home page at http://www.navair.navy.mil/business/ecommerce/index.cfm for formal release of the RFP.
 
Record
SN00055815-W 20020411/020410063654 (fbodaily.com)
 
Source
FedBizOpps.gov 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.