Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

13 -- REFURBISHMENT OF MK 3 MOD 2 NAE BEACON

Notice Date
3/14/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016406R6782
 
Response Due
5/1/2006
 
Archive Date
5/31/2006
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting synopses and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. The Navy has a requirement for the re-life of NAE Beacon MK 3 Mod 2 Devices. This requirement will be negotiated on a sole-source basis with Allied Logistics Incorporated, 2568 Channel Drive, Ventura, CA 93003, in accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Government has a need to increase the inventory of the MK 3 MOD 2 NAE Beacon. Government studies have been conducted to determine the feasibility of replacing the life limiting components, mainly polymers, in expired assets to re-life them. The process requires handling Lithium Hydride in a granular form which carries certain facility requirements and is governed by state and local laws. Units provided as Government Furnished Equipment will be Fleet returns due to expiration and will be inspected initially by the contractor to determine their eligibility for re-life operations. Once it is determined that a unit is eligible, the Floatation Assembly and all o-ring will be replaced with new components. Allied Logistics currently possesses the necessary facilities and equipment to safely and consistently perform the necessary operations to ensure quality units are returned to the Fleet. The action will result in a Firm Fixed price IDIQ type contract with a 5-year ordering period. It is anticipated that the minimum quantity to be ordered will be 300 units and the maximum will be 1500 units. See Notes 22 and 26. Questions should be directed to Ms. Cynthia Young at telephone 812-854-2433, fax 812-854-4848, or e-mail cynthia.c.young@navy.mil (preferred method). Please reference the above solicitation number when responding to this notice.
 
Web Link
NSWC CRANE WEB PAGE
(http://www.crane.navy.mil/supply/synopcom.htm)
 
Record
SN01006038-W 20060316/060314212500 (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 |
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.