Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

10 -- CREW SERVED WEAPONS GUN MOUNTS

Notice Date
5/14/2010
 
Notice Type
Presolicitation
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016410RJN90
 
Response Due
7/6/2010
 
Archive Date
9/6/2010
 
Point of Contact
MR. MATTHEW S. SUMMERS (812)854-8756 MR. MATTHEW S. SUMMERSNSWC CRANE, CODE CXMLNL300 HWY 361, BLDG. 3422CRANE, IN 47522-5001PHONE: (812)854-8756FAX: (812)854-5095 matthew.s.summers@navy.mil
 
E-Mail Address
POINT OF CONTACT
(matthew.s.summers@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. The Government intends to procure Crew Served Weapons Mounts and Stands on a 100% small business set aside basis by awarding to the responsible contractor(s) whose offer(s) presents the best value to the government considering past performance and price related factors. This will be a competitive, non-commercial procurement in accordance with FAR 15 and will result in Firm Fixed Price (FFP) five-year Indefinite Delivery Indefinite Quantity (IDIQ) type contracts. Multiple awards may be issued. The following mounts and stands shall be used to support crew served weapons: Mk 16 MOD 8, Stand Assembly; Mk 16 MOD 9, Stand Assembly; Mk 16 MOD 11, Pole Stand Assembly; Mk 44, Yoke Assembly; Mk 44, Sight Assembly; Mk 44, Mount Assembly; Mk 44, Pintle Assembly; Mk 44, Shield Assembly; Mk 44, Rail; Mk 93 MOD 2, Universal Mount; Mk 93 MOD 4, Universal Mount; Mk 95 MOD 2, Dual.50 Caliber Mount; Mk 97 MOD 0, Single M240B Mount; Mk 99 MOD 1, Dual M240B Mount; MH-60R M240B, Mount Assembly; M240, Gun Mount Assembly; Mk 106 MOD 0, Submarine Mount; Mk 109 MOD 0, Submarine Mount; Mk 48, MOD 5, Mk 48 Soft Mount; Mk 123, Ground Tripod.50 Caliber; Mk 125, Ground Tripod 7.62mm M240B. These are build-to-print items and depictions can be found in the drawings attached to solicitation number N00164-10-R-JN90 to 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 19 May 2010. The awardee(s) will receive orders for a minimum value of $3,000.00 and the opportunity to participate in follow-on competitively issued delivery orders under this contract, as they are required. The potential maximum contract value is $30,000,000.00. All items shall be produced in accordance with the associated drawings attached to the forthcoming solicitation. Production units will be required 180 days from the date of each delivery order issued. Delivery requirements shall be F.O.B. Destination; inspection and acceptance occur at the destination. The solicitation attachments will be posted to FedBizOpps concurrently with the solicitation. Contractors must be properly registered in the Government's Central Contractor Registration (CCR) and in the Joint Certification Program (JCP) in order to receive the solicitation attachments. Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet at www.ccr.gov. Information about the JCP is located at http://www.dlis.dla.mil. In accordance with FAR 4.1201, prospective contractors shall also complete electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov in conjunction with required registration in the CCR database. All changes to the requirement that occur prior to the closing date will be posted to the Crane web site, FedBizOpps and NECO as amendments are issued to the solicitation. For changes made after the closing date, only those offerors that submitted a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed; interested sources must download the document from the websites names above. All responsible sources may submit a proposal, which shall be considered. The government point of contact is Mr. Matthew S. Summers, Code CXMLNL at telephone number (812)854-8756, facsimile number (812)854-5095 or e-mail matthew.s.summers@navy.mil. Complete mailing address is: Mr. Matthew S. Summers, Code CXMLNL, Bldg. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016410RJN90/listing.html)
 
Record
SN02150816-W 20100516/100514235703-59bc9e37542a2fbd14af9ecedd2841d2 (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.