Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
DOCUMENT

58 -- MINIATURE DAY/NIGHT SIGHT - CREW SERVED WEAPONS FIRE CONTOL SYSTEM - NIGHT VISION EQUIPMENT - Attachment

Notice Date
2/8/2012
 
Notice Type
Attachment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412RJQ40
 
Response Due
4/27/2012
 
Archive Date
6/11/2012
 
Point of Contact
Ms R Brenner 812-854-8827 Ms R Brenner; 812-854-8827
 
Small Business Set-Aside
N/A
 
Description
This solicitation 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 NSWC Crane. The Government intends to award a 5-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Miniature Day/Night Sight “ Crew Served Weapons (MDNS-CSW) Fire Control System (FCS) for the M2, MK19, MK44 and MK47 CSW. The FCS is to be manufactured in accordance with (IAW) the technical data package. It is anticipated that two contracts will result from this effort: an Integrated approach and a Modular approach. The anticipated Min/Max of FCS for the Integrated approach is 2/194. The anticipated Min/Max of FCS for the Modular approach is 2/1,050. The Government anticipates the Fire Control System will consist of six functional subsystems: Flat Panel Display (FPD), Ballistics Processor Module (BPM), Advanced Enhanced Combat Optical Sight “ Heavy (Advanced ECOS-H), Clip On Night Vision Device “ Heavy (CNVD-H), Laser Range Finder (LRF), Remote Control Module (RCM), and necessary cables. In the Integrated approach, the contractor will integrate their own LRF and CNVD. In the Modular approach, the LRF and CNVD are supplied as Government Furnished Equipment (GFE) after the contract has been awarded. A quantity of two product samples will be required and must be furnished as part of the offer (four if proposing on both approaches). If submitting on the Modular approach, the product samples must work on the M2, and a white paper must be submitted on how the vendor will meet the MK44 and MK47 requirements. If submitting on the Integrated approach, the product samples must work on the MK47, and a white paper must be submitted on how the vendor will meet the M2 and MK47 requirements. In addition, there will be line items for replacement spare parts, data, training, and for engineering services support. The solicitation will be open for 60 days. Since GFE may not be readily available from the commercial marketplace for some vendors to develop/integrate their FCS, the Government will allow a two-day visit to NSWC Crane to physically view the GFE, see the GFE function, and ask questions about the GFE. Interested vendors must provide an Intent to Submit letter within 15 days after the solicitation issue date to receive a site visit. If the Intent to Submit letter is received later than 15 days from solicitation issue date, a site visit will not be allowed. Instructions for the site-visit will be in the solicitation. After award, the successful offeror will be supplied with the stated GFE for the Modular approach. Again, the site visit is to view GFE only. It will not be supplied until the contract has been awarded. Government Furnished Information (GFI) will be provided to Offerors who request it. Instructions on how to obtain the GFI will be included in the solicitation. Delivery shall be FOB Destination. Inspection shall be Origin, and Acceptance shall be Destination. Delivery for the initial order of the Integrated FCS will be 240 days after receipt of order. Subsequent deliveries will be 180 days after issuance of orders. Delivery for the initial order of the Modular FCS will be 180 days after receipt of order. Subsequent deliveries will be 120 days after issuance of orders. This acquisition is a full and open competition and all responsible offerors may submit an offer that will be considered. The contract(s) will be awarded to the responsible Offeror(s) whose offer is the best value to the Government, considering Technical, Past Performance, and Price evaluation factors, as described in 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 via https://www.bpn.gov/ccr/contractors.aspx. Information about the JCP is located at http://www.dlis.dla.mil/JCP/. The solicitation attachments will be posted to FedBizOpps at the same time the solicitation is posted. FedBizOpps may be accessed at http://www.fbo.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps and NECO. It is the responsibility of interested vendors to monitor FedBizOpps and 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. No hard copies of the solicitation will be mailed. Interested sources must download the solicitation and the technical data package from the www site listed. The contact for this procurement is Ms R Brenner, Code CXMLND, at telephone 812-854-8827, Fax 812-854-5095 or e-mail: rose.brenner@navy.mil. The mailing address is: Ms R Brenner, Code CXMLND, Bldg. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RJQ40/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412RJQ40_12RJQ40_syn.doc (https://www.neco.navy.mil/synopsis_file/N0016412RJQ40_12RJQ40_syn.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RJQ40_12RJQ40_syn.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02670579-W 20120210/120208235131-f989a231932f8f719e7860f66c28f343 (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.