Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

A -- Advanced Product Acquisition

Notice Date
9/9/2008
 
Notice Type
Presolicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept.1, N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893608R0053
 
Response Due
11/17/2008
 
Archive Date
11/17/2009
 
Point of Contact
Helen Xiong 760-939-5124 Colette Nalley, 760-939-2978<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA (NAWCWD-CL) is soliciting proposals to procure the following requirement on a competitive 100 percent Small Business Set-Aside basis. This requirement is for the support of advanced technology products for the Weapons Prototype Division (WPD).WPD intends to procure various types of products, manufactured from several different materials, in different forms, shapes, sizes, and complexity. Such products will be procured for rapid delivery, ranging from first article to full production quantities, in support of on-going immediate response requirements. NAWCWD will provide a complete requirement description, in the form of a detailed Statement of Work, for each procurement, through the issuance of individual Delivery Orders (DO's). Each DO will delineate all applicable design, material, and end-product requirements. It is the intent of the Government to award multiple contracts for these products. The products procured herein, will be separately ordered and priced on each individual DO. The goal of this procurement is to provide for rapid delivery of manufactured products to NAWCWD and its subsequent customers. The Contractor shall possess a thorough working knowledge of the following: Rapid Prototyping, printed wiring/printed circuit boards, mold/die making, casting, machining (including: cutting, milling, turning and threading, drilling and tapping, reaming, grinding, honing, lapping, and broaching), welding and soldering, engraving/marking, grinding, non destructive inspection (NDI), sub-assembly fabrication, finishing, coating/painting/plating processes, and final assembly. Requirements may include the following: Electronic Components and Systems - The contractor shall provide electronic components and systems that consist of printed circuit boards (multi-layer, single and double sided printed wiring boards) of varying size and complexity. Mixed component technologies (surface mount and through hole) may be employed as defined on individual Delivery Orders. Sub-components may be Government furnished or acquired/produced by the Contractor depending on the individual Delivery Order requirements. Mechanical Components and Systems - The contractor shall provide mechanical components and systems that consist of engineered structures of varying materials and configurations. These products will be fabricated by a variety of process methods, including machining, welding, heat treatment, casting, forging, forming, injection molding, filament winding, resin transfer molding, and spin forming (not a complete list). Sub-components may be Government furnished or acquired/produced by the Contractor depending on the individual Delivery Order requirements. Energetic Materials and Components - The contractor shall provide energetic materials and components that contain explosive or propellant materials. Rocket motors, warheads, gas generators, fuzes, and safe/arm devices are examples of such products. Energetic materials may require casting, extruding, pressing, or injection molding processes to form and integration with mechanical sub-components. Sub-components may be Government furnished or acquired/produced by the Contractor depending on the individual Delivery Order requirements. Chemical Materials and Components- The contractor shall provide chemical products that provide beneficial physical and chemical properties. Sub-components may be Government furnished or acquired/produced by the Contractor depending on the individual Delivery Order requirements. Assembly - Products that consist of manufactured components (mechanical, electronic, optical, energetic, or chemical) that require assembly to meet individual requirements. These components may be Government furnished or acquired/produced by the Contractor depending on the individual DO's requirements. Plating/painting/finishing - Most products will require surface treatment, both for individual components and the completed item as an assembly. Deposition of metallic plating will include cadmium, chromium, nickel, gold, and copper. Painting systems will include sprayed or powder coated epoxy materials. Finishing will include conversion coating, anodizing, and passivating. Surface treated components may be Government furnished or acquired/produced by the Contractor depending on the individual DO's requirements. Packing and shipping - Products will be required to be appropriately packaged and shipped FOB Destination to a defined address; possibly NAWCWD, but potentially direct to the NAWCWD customers. The Government anticipates awarding one or more indefinite-delivery, indefinite-quantity (IDIQ) delivery order type contracts with a three year period of performance. It is anticipated that most of the delivery orders will be fixed price, however cost plus fixed fee orders may also be issued. The solicitation will be posted on the Navy Electronic Commerce Online website at http://www.neco.navy.mil and the FEDBIZOPPS website at http://www.fbo.gov/.on or about 15 October 2008. All responsible sources may submit a proposal, which shall be considered by the agency. The response shall be submitted in writing to Naval Air Warfare Center Weapons Division, Code 210000D Attn: Helen Xiong, 429 E. Bowen Road, STOP 4015, China Lake, CA 93555-6108. All responsible sources must be registered in the Central Contractor Registration (CCR) database at the following website: https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Award is scheduled to occur on or about 23 December 2008. The offeror selected for award will be that offeror determined to be most advantageous to the Government based on Best Value evaluation. The evaluation criteria will be provided in Section M of the solicitation. Note 1 applies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e558140e071a998a01aadcc1c013a52b&tab=core&_cview=1)
 
Record
SN01664215-W 20080911/080909221357-e558140e071a998a01aadcc1c013a52b (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  © 1994-2020, Loren Data Corp.