Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
DOCUMENT

16 -- SOLE SOURCE - SPARES, REPAIRS, MODIFICATIONS, UPGRADES, AND ENGINEERING SERVICES FOR C-130J TMS COMPONENTS - FSG 16 - NAICS - Attachment

Notice Date
4/25/2012
 
Notice Type
Attachment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412RWT00
 
Response Due
6/12/2012
 
Archive Date
7/26/2012
 
Point of Contact
Mr. Matthew S. Summers 812-854-8756 Mr. Matthew S. Summers, 812-854-8756
 
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 Naval Surface Warfare Center (NSWC), Crane Division intends to procure spares, repairs, modifications, upgrades, and engineering services for the C-130J Type/Model/Series (T/M/S) Bus Adapter Unit (BAU) Type I, BAU Type II, Fuel Management Controller, Fire and Overheat Detection System (F/ODS) Controller, Mounting Tray, Tanker Equipment Control Unit, and Bus Interface Unit (BIU) in support of the C-130J and derivative aircrafts (i.e KC-130J, HC-130J, and FMS) Sustainment Programs. The Government anticipates awarding a 5-year firm-fixed-price, Indefinite-Delivery Indefinite-Quantity contract on an other than full and open competition basis to Simmonds Precision Products, Inc., (Cage: 89305), 100 Panton Road, Vergennes VT 05491, under 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. The anticipated contract value is estimated to be 4,595,471.00 U.S. Dollars. Repairs will be required 60 days after the date of each delivery order issued. Delivery requirements shall be F.O.B. destination, inspection and acceptance shall occur at the destination. The Government does not own or possess the necessary Level III hardware documentation, drawings, specialized tooling, testing specifications and procedures for the V-Stab Deicing Panels which are proprietary to Goodrich Corporation. The repairs, modifications and upgrades are determined commercial. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. A determination by the Government to not compete the anticipated contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. To be eligible for award, contractors must be properly registered in the government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.bpn.gov/ccr/contractors.aspx. 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 FBO and NECO websites as amendments 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 listed above. The government point of contact is Mr. Matthew S. Summers, Code CXML 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 CXML, NAVSURFWARCENDIV Crane, 300 Highway 361 Bldg. 3422, 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/N0016412RWT00/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412RWT00_12RWT00_syn.doc (https://www.neco.navy.mil/synopsis_file/N0016412RWT00_12RWT00_syn.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RWT00_12RWT00_syn.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02731416-W 20120427/120426000231-bee8ef0f6b045383e7bab6780127d839 (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.