Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2012 FBO #3976
DOCUMENT

63 -- Un-configured Lowest Replaceable Units (LRUs) and Upgrade Kits - Attachment

Notice Date
10/11/2012
 
Notice Type
Attachment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00164 Naval Surface Warfare Center, Indiana 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016413RJT71
 
Response Due
12/10/2012
 
Archive Date
1/24/2013
 
Point of Contact
Ms. Brittany Reynolds 812-854-3421 Ms. Brittany Reynolds, 812-854-3421
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 0001: ISSUED TO REPLACE SYNOPSIS IN ITS ENTIRETY. 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 NSWC Crane. Naval Surface Warfare Center (NSWC) Crane Division intends to award a fixed price indefinite delivery, indefinite quantity (IDIQ) contract with a three year ordering period for un - configured Lowest Replaceable Units (LRUs) and System Infrastructure Upgrade Kits for upgrading the Ground Based Operational Surveillance System (GBOSS) 2.0 system to GBOSS 3.1. This procurement will be solicited as a 100 percent small business set aside; size standard for NAICS 334511 is 500 employees. The Government intends to award to the responsible contractor whose offer is the best value to the Government considering past performance and price. The LRUs and upgrade Kits shall be produced, kitted, and assembled in accordance with (IAW) drawings. The technical drawing package is posted to FedBizOpps at this time. CLIN 0001: Sensor Interface Box (SIB) Assembly (In accordance with (IAW) Drawings) IDIQ MIN: 188ea / MAX: 250ea CLIN 0002: Fixed Operator Post (FOP) Assembly (IAW Drawings) IDIQ MIN: 121ea / MAX: 230ea CLIN 0003: Portable Operator Post (POP) Assembly (IAW Drawings) IDIQ MIN: 115ea / MAX: 170ea CLIN 0004: Remote Antenna Case (RAC) Assembly (IAW Drawings) IDIQ MIN: 121ea / MAX: 230ea CLIN 0005: Power Box Assembly (IAW Drawings) IDIQ MIN: 188ea / MAX: 250ea CLIN 0006: Battery Box Assembly (IAW Drawings) IDIQ MIN: 255ea / MAX: 350ea CLIN 0007: Heavy Infrastructure Upgrade Kit (IAW Drawings) IDIQ MIN: 121ea / MAX: 160ea CLIN 0008: Medium Infrastructure Upgrade Kit (IAW Drawings) IDIQ MIN: 67ea / MAX: 100ea CLIN 0009: Light Infrastructure Upgrade Kit (IAW Drawings) IDIQ MIN: 48ea / MAX: 80ea The Navy intends to solicit and negotiate this contract on a full and open competition after exclusion of sources basis IAW FAR 6.203. In accordance with FAR 19.502-2(b) this procurement will be solicited as a 100 percent small business set aside. The applicable NAICS classification is 334511 and the small business size standard is 500 employees. Delivery is required FOB Destination. The technical data package contains information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the and in the Joint Certification Program (JCP) in an active status are authorized to receive the package. Information about the JCP is located at http://www.dlis.dla.mil. Contractors must also be registered in the System for Award Management (SAM) database prior to submitting an invoice and through final payment of any contract action resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. All changes to the requirement that occur prior to the closing date will be posted to FBO and NECO. It is the responsibility of interested vendors to monitor FBO 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. Questions or inquiries should be directed to Ms. Brittany Reynolds, Code CXPL, telephone 812-854-3421, e-mail brittany.s.reynolds@navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016413RJT71/listing.html)
 
Document(s)
Attachment
 
File Name: N0016413RJT71_13RJT71_0001.doc (https://www.neco.navy.mil/synopsis_file/N0016413RJT71_13RJT71_0001.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016413RJT71_13RJT71_0001.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02912138-W 20121013/121011234001-418acd39e924d9713a0dad3566be7660 (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.