Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

36 -- Gun Mount Assemblies, Ammunition Systems, and Hardware

Notice Date
3/2/2010
 
Notice Type
Presolicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017810R1032
 
Response Due
3/10/2010
 
Archive Date
4/30/2010
 
Point of Contact
James Hughes 540-653-7086 James Hughes,Voice: 540-653-7086,Fax: 540-653-7088
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.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 of synopsis 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 the Naval Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested, and a written solicitation will not be issued. FAR Subpart 13.5 will be used. The solicitation number is N00178-10-R-1032. This acquisition is issued as a Request for Proposal (RFP). The proposed contract action is for QTY 10 Gun Mount Assemblies, QTY 10 Ammunition Systems and QTY 10 Mil-Spec hardware packages. Drawings and specifications, as well as a list of Government Furnished Equipment, will be made available upon request by small business vendors that meet the following criteria: Shops must be ISO 9001 Certified and have the AS9100B Certification, shop must be able to use SolidWorks models directly as CAD machine toolpath generators, and the vendor must deliver material and plating certification sheets and the dimensional inspection sheets (or at least a copy of these sheets) from the shop's Quality Control Dept. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice is issued as a request for proposal. The, Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure CLIN 0001 QTY 2 Gun Mount Assemblies, CLIN 0002 QTY 2 Ammunition Systems, CLIN 0003 QTY 2 Mil-Spec hardware packages, CLIN 0004 QTY 2 Gun Mount Assemblies, CLIN 0005 QTY 2 Ammunition Systems, CLIN 0006 QTY 2 Mil-Spec hardware packages CLIN 0007 QTY 2 Gun Mount Assemblies, CLIN 0008 QTY 2 Ammunition Systems, CLIN 0009 QTY 2 Mil-Spec hardware packages, CLIN 0010 QTY 2 Gun Mount Assemblies, CLIN 0011 QTY 2 Ammunition Systems, CLIN 0012 QTY 2 Mil-Spec hardware packages, CLIN 0013 QTY 2 Gun Mount Assemblies, CLIN 0014 QTY 2 Ammunition Systems, and CLIN 0015 QTY 2 Mil-Spec hardware packages (total of QTY 10 Gun Mount Assemblies, QTY 10 Ammunition Systems and QTY 10 Mil-Spec hardware packages). Delivery shall be received as follows: CLIN 0001 QTY 02 Gun Mount Assemblies, CLIN 0002 QTY 02 Ammunition Systems and CLIN 0003 QTY 02 Mil-Spec hardware packages shall be delivered on 30 June 2010, CLIN 0004 QTY 02 Gun Mount Assemblies, CLIN 0005 QTY 02 Ammunition Systems and CLIN 0006 QTY 02 Mil-Spec hardware packages shall be delivered on 30 July 2010, CLIN 0007 QTY 02 Gun Mount Assemblies, CLIN 0008 QTY 02 Ammunition Systems and CLIN 0009 QTY 02 Mil-Spec hardware packages shall be delivered on 31 August 2010, CLIN 0010 QTY 02 Gun Mount Assemblies, CLIN 0011 QTY 02 Ammunition Systems and CLIN 0012 QTY 02 Mil-Spec hardware packages shall be delivered on 30 September 2010, CLIN 0013 QTY 02 Gun Mount Assemblies, CLIN 0014 QTY 02 Ammunition Systems and CLIN 0015 QTY 02 Mil-Spec hardware packages shall be delivered on 29 October 2010. FOB Destination to Dahlgren Virginia applies. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-38, Effective 10 December 2009 & DFARS Change Notice 20100224 dated 24 February 2010. The North American Industry Classification System (NAICS) Code associated with this procurement is 333999 and the FSC is 3695. The small business size standard is 1,000 employees. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items (Factors used to evaluate offers are: (1) Delivery Schedule-the contractor shall be able to meet all delivery dates as well as a requirement for a first article inspection at NSWCDD no later than 14 May 2010. First article inspection must be delivered to Dahlgren unassembled and be accompanied by at least one contractor representative who will receive instruction on proper assembly procedures in order to properly assembly subsequent deliverables prior to delivery. (2) Technical Capability-The offeror's Shops must be ISO 9001 Certified and have the AS9100B Certification, the offeror's shop must be able to use SolidWorks models directly as CAD machine toolpath generators, the offeror must deliver material and plating certification sheets and the dimensional inspection sheets (or at least a copy of these sheets) from the shop's QC Dept and the offeror must host a pre-award site visit the week of 15 march 2010 (3) Past Performance- Offerors will be evaluated on quality of product; timeliness of delivery; and customer service. The offeror shall provide with its offer a list (at least three) of previous sales of the same or similar items with a description of the items, dollar value of contract, contract number, name or organization, points of contact technical and contracting, and telephone number(s), and (4) Price-price is not considered the most important evaluation factor. The importance of price will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. Price may be the deciding selection factor depending on whether a highly evaluated technical proposal warrants the evaluated price difference; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (May 2009) Subparagraphs (a), (b)1, 16, 17, 18, 19, 20, 21, 22, 23, 28, (d) and (e) apply; FAR 52.247-! 34 FOB Destination; DFARS 252.204-7004 Central Contractor Registration Alternate A; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (with selection of elements as required by DFAR prescription). Subparagraphs (a), (b) 4, 5, 14, 15, 16, 17, 19, 20(i), 21, and (c) apply; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252-225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252-225-7002 Qualifying Country Sources as Subcontractors. The FAR and DFAR provisions and clauses referenced by this solicitation can be found in full text at http://farsite.hill.af.mil. Representations and Certifications shown at FAR 52.212-3 and DFAR 252.212-7000 must be completed and submitted with the offeror's proposal/capability statement for this requirement. The Government will award a Firm- Fixed-Price contract. Pricing shall be FOB Destination Dahlgren, VA; therefore the proposal must include all applicable shipping charges. The closing date is 10 March 2010 at 1200 noon, Eastern Time. Anticipated Award date is 31 March 2010. All items shall be priced FOB DESTINATION, Dahlgren, VA. Electronic quote submission is encouraged at james.s.hughes@navy.mil, but the quote may also be faxed to (540) 653-7088. For questions, call (540) 653-7086; email james.s.hughes@navy.mil or fax (540) 653-7088, Attn: Code CXS11-17 and reference Request for Proposal number N00178-10-R-1032. In order to be eligible for award firms must be registered in the Central Contractor Registry (CCR). Vendors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Please note that defense payment offices may not make payment unless the contractor is established to receive electronic funds transfer (EFT). EFT payments are based on the contractor's EFT information contained in the CCR database. This synopsis will close on __10 March 2010__ at 12:00 noon ET. Please use reference number N00178-10-R-1032 when responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017810R1032/listing.html)
 
Record
SN02080465-W 20100304/100302235006-e4ae2dedddb7c3568392b4471a587d88 (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.