Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
DOCUMENT

10 -- SOLE SOURCE - MOSSBERG 500A1, 12 GAUGE PUMP SHOTGUN - Attachment

Notice Date
12/22/2010
 
Notice Type
Attachment
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016411RJN13
 
Response Due
4/20/2011
 
Archive Date
6/6/2011
 
Point of Contact
MR. LOGAN O'BRIEN 812-854-3333 MR. LOGAN O'BRIEN, 812-854-3333
 
Small Business Set-Aside
N/A
 
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/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 Naval Surface Warfare Center, Crane Division intends to enter into a Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with O.F. Mossberg & Sons INC, 7 Grasso Avenue - PO Box 497, North Haven, CT 06473-3237, CAGE: 41758, in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Naval Surface Warfare Center, Crane Division, does not currently have an approved technical data package for this item; please do not submit requests. This proposed procurement is for Mossberg 500A1 12 Gauge Pump Shotguns. The shotgun will be supplied with a 17 inch (Heavy Wall) Barrel with black-chromed bead sight, and a CLEAN-OUT magazine tube system with end cap. The shotguns will be equipped with full synthetic stock and fore grip. The aluminum receiver will be anodized in accordance with Mil-A-8625 and the metallic components will be phosphate coated in accordance with Mil-P-16232. Trigger housing and safety button will be aluminum. Attached to the butt stock and magazine cap will be sling swivel systems. A sling will be provided. This acquisition is under North American Industry Classification System code (NAICS) 332994 - Shotguns Manufacturing. The anticipated contract minimum is $29,000.00, with an estimated maximum amount not to exceed $3,000,000.00. Solicitation will be issued for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract that will cover a five year offering period. The Government intends to award a Firm-Fixed Priced (FFP), five (5) year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. Delivery terms are F.O.B Destination, Inspection and Acceptance: Preliminary Inspection by DCMA at Origin and Final Inspection & Acceptance at Destination. 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. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Anticipated procurement is being conducted as sustainment procurement for replacement of like shotguns becoming worn out in the Navy inventory. This procurement action will ensure shotguns continue to maintain interchangeability at the component level. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received in response to this synopsis will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This will be a Commercial acquisition in accordance with FAR Part 12 utilizing FAR Part 13.5 Test Program For Certain Commercial Items. The solicitation will be available on or about 3/22/2011 at the following address: http://www.fbo.gov 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. All changes to the requirement that occur prior to the closing date will be posted to the Crane website, 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: Logan C. O ™Brien, Code CXML-NM, at telephone (812)854-3333, Fax (812)854-5095 or e-mail: logan.obrien@navy.mil. Complete mailing address is: Mr. Logan C. O ™Brien, 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/N0016411RJN13/listing.html)
 
Document(s)
Attachment
 
File Name: N0016411RJN13_11RJN13_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016411RJN13_11RJN13_syn.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016411RJN13_11RJN13_syn.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02349828-W 20101224/101222234815-9ce15b36061f32ad124124ab066526b6 (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.