Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

10 -- LIGHTWEIGHT, DURABLE, RELIABLE MAGAZINES FOR SCAR (LDRMAG)

Notice Date
6/14/2010
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016410RJN06
 
Response Due
8/30/2010
 
Archive Date
9/14/2010
 
Point of Contact
MS. KRISTINA BEATON 812-854-3990 MS. KRISTINA BEATON, 812-854-3990email: kristina.beaton@navy.mil
 
E-Mail Address
POINT OF CONTACT
(kristina.beaton@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-10-R-JN06 - LIGHTWEIGHT, DURABLE, RELIABLE MAGAZINES FOR SCAR (LDRMAG) - FSC 1005 - NAICS 332994Anticipated Issue Date 29 JUL 2010 - Anticipated Closing Date 30 AUG 2010 - Time 2:00 PM EDST 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/default.aspx. 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 Lightweight, Durable, Reliable Magazines (LDRMag) for the SCAR "Light" MK 16 and SCAR "Heavy" MK 17. The final contract award decision may be based upon a combination of technical, past performance, and price evaluation factors as described in the solicitation. This acquisition is a 100% small business set-aside under North American Industry Classification System code (NAICS) 332994 - Small Arms Manufacturing and all responsible sources may submit an offer or offers that will be considered. The Government intends to award to the responsible contractor whose offer is the best value to the Government, considering technical, past performance, and price related factors. Product samples will be required in response to the anticipated solicitation. Solicitation will be issued for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract that will cover a five year ordering period. The Government intends to award a Firm-Fixed Priced (FFP) five year Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a maximum contract amount not to exceed $5,000,000.00. Delivery terms are 90 days after receipt of order with F.O.B at destination. Inspection and acceptance are at destination. Magazine interface related drawings are available to qualified contractors in conjunction with this synopsis. Interested contractors must be registered in CCR and the Joint Certification Program (JCP) in order to receive access. Information about the JCP is located at http://www.dlis.dla.mil/jcp. The drawings will be posted to FBO located at http://www.fbo.gov. While drawings will be made available, the Government does not guarantee their accuracy. These drawings are to be used as a design aid only and there is no guarantee of tolerances. Draft specifications were previously made available through synopsis N00164-10-R-JN88 and are also included as attachments to this synopsis. Contractors submitting proposals to the solicitation must be registered in the Central Contractor Registry (CCR) in accordance with FAR 4.11. Contractors interested in responding with a valid quote may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. This will be a commercial acquisition in accordance with FAR Part 13.5. The solicitation will be available on or about 7/29/2010 at the following address: http://www.navsea.navy.mil/nswc/crane/working/contracting/default.aspx. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com NSWC Crane Small Arms Engineering Section will host a Vendor Day for interested parties in support of the Defense Acquisition Challenge LDRMag Project on Thursday 1 July, 2010. Any vendors that are an interested party and meet the requirements as listed in this synopsis (i.e. small business, CCR Registered etc.), need to respond to this notice if they have intentions to attend and also include whether there is interest in having a half hour of exclusive range time (live fire) with the SCAR Systems (actual firing of 5.56mm and/or 7.62mm only - no 40mm grenade rounds). There will be limited time slots available for this exclusive time (priority in order of response to this synopsis). Examples of actual military SCAR MK 16 "Light" and MK 17 "Heavy" Systems will be available for examination as well as live fire. The MK 13 EGLM units will also be available for use in compatibility/interface verification. Any vendors that are an interested party and whom do not need or are not granted exclusive range time will be able to participate in a general range session where they can fire SCAR rifles using the OEM as well as their own magazines. Vendors that are an interested party are welcome to bring cameras, to include video, for their own documentation purposes (firing will be outdoors). Vendors that are an interested party should plan to arrive at the base by approx. 0800 on 1 July 2010. Also, note that no foreign nationals who are not residents of the USA will be able to attend. Vendors interested in participating in the future solicitation are not required to participate in this event. Any vendors who wish to participate in the Vendor Day must respond by 21 June 2010 for planning purposes, to include provision of names of persons planning to attend as well as nationality and residency for non-US citizens. All changes to the requirement that occur prior to the closing date will be posted to the Crane website, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. POC: Kristina Beaton, Code CXMLNC, at telephone 812-854-3990, Fax 812-854-5095 or e-mail: kristina.beaton@navy.mil. Complete mailing address is: Ms. Kristina Beaton, Code CXML, 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/N0016410RJN06/listing.html)
 
Record
SN02177303-W 20100616/100614235033-08655ef55a01481b4fb810cae738a1f9 (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.