Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

66 -- Instruments & Laboratory Equipment

Notice Date
8/5/2011
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017811Q1035
 
Response Due
8/29/2011
 
Archive Date
10/31/2011
 
Point of Contact
Michael Quann 540-653-8393 Michael Quann,
 
E-Mail Address
40-653-7088
 
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 https://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 synopsis 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. The solicitation number is N00178-11-Q-1035 and is issued as a request for quote. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to procure environmental testing in accordance with statement of work Tests to be conducted on the Next Generation Shoulder Launched Multipurpose Assault Weapon . The program is unclassified, per Security Guidelines OPNAVINST S5513.5B. The test article is considered a Category III device, in accordance with DOD 5100-76-M (Physical Security Sensitive Conventional Arms ). The contactor must be able to store Category III in accordance with requirements of 5100.76-M. The following required tests shall be conducted in accordance with MIL-STD-810F. The specific method is defined within the Statement of Work (SOW). Transportation/Storage (packed) Mode Altitude Rapid Decompression Field Handling (bare) Mode Fungus Loose Cargo Vibration Blowing Sand Blowing Dust Icing Solar Radiation The test facility must be able to accommodate at least on test article, approximately 36 Long x 9 Diameter, in the bare configuration for all Field Handling Tests as prescribed above. The test facility must also be able to accommodate at least one article in the packaged configuration, approximately 52 x 18 x 18.5 , for all tests as prescribed under the Transportation/Storage Mode above. Statement of work for the environmental testing prescriptions will be provided upon request to authorized U.S. DOD CONTRACTORS ONLY, in accordance with NAVSEA instruction 5230.12 Release of Information to the Public and Department of Defense Directive 5230.4 Distribution Statement on Technical Documents . Government requests interested contractors submit their respective Defense Logistics Agency, Joint Certification Number (http://www.dlis.dla.mil/jcp/) demonstrating authorization to receive unclassified technical documentation. Interested contractors also must demonstrate conformance to the U.S. DOD Contractors requirement. U.S. Contractor documentation can include but not limited to the notation of previous awards with the Federal Government, Federal Government Contracting Officers contact information whom can demonstrate capabilities and past performance through previous Federal acquisitions efforts, etc. The Statement of work is classified as a Statement D, Critical Technology document and must adhere to the following guidelines: DISTRIBUTION STATEMENT D. Distribution authorized to the Department of Defense and U.S. DoD contractors only (Critical Technology) (December 2002). Other requests shall be referred to commander, Code E14, Naval Surface Center Division Indian Head. U.S. DoD Contractor - Those U.S. contractors currently holding grants or contracts with the Department of Defense, or those contractors declared eligible for DoD information services by a sponsoring DoD activity on the basis of participation in a DoD Potential Contractor Program. Critical Technology - To protect information and technical data that advance current technology or describe new technology in an area of significant or potentially significant military application or that relate to a specific military deficiency of a potential adversary. A firm fixed priced purchase order is anticipated. The North American Industry Classification System (NAICS) code is 541380 with a size standard of $12.0 Million in annual receipts. Delivery shall be FOB Destination to Naval Surface Warfare Center Dahlgren Division 17320 Dahlgren Road, Dahlgren VA 22448. This requirement shall be awarded under Simplified Acquisition Procedures in accordance with FAR 13. The closing date is 3:00 PM ET on 29 August 2011. The anticipated award date is 2 September 2011. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR QUOTATIONS AS ALL ITEMS ARE IDENTIFIED ON THIS NOTICE. Questions may be submitted to michael.quann@navy.mil or faxed to (540) 653-7088. Please reference RFP N00178-11-Q-1035 on any correspondence. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement Division has implemented Electronic Commerce (EC) in the acquisition area; therefore, this synopsis and any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/supply. DoD will no longer award contracts to contractors not registered in the Central Contractors Registration (CCR) database. Registration may be accomplished by accessing the CCR Web site at http://www.ccr.gov. A paper registration form may be obtained for the DoD Electronic Commerce Information Center at 1-888-227-2423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811Q1035/listing.html)
 
Record
SN02523763-W 20110807/110805235041-2014fce9d1b1eee7a8cd292a2732f1b9 (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.