Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

12 -- EYE SAFE LASER RANGE FINDER - CONTROLLED DOCUMENTS

Notice Date
7/14/2016
 
Notice Type
Presolicitation
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016416RJQ23
 
Archive Date
10/13/2016
 
Point of Contact
Mr. Casey Bault, Phone: 812-854-2378
 
E-Mail Address
casey.bault@navy.mil
(casey.bault@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-16-R-JQ23 - EYE SAFE LASER RANGE FINDER - FSC 1240 - NAICS 333316 Issue Date: 29 JUL 2016 - Closing Date: 29 AUG 2016 - 2:00 PM EDT Naval Surface Warfare Center (NSWC), Crane Division intends to procure Eye Safe Laser Range Finders (ESLRF) along with Provision Item Ordering (PIO) for the ESLRF and the capability to test, teardown, evaluate and repair the ESLRF. This procurement will be a Modified Commercial Firm Fixed-Price (FFP), Five-year, Indefinite Delivery Indefinite Quantity (IDIQ) supply contract. The units procured under this requirement shall be manufactured in accordance with the Performance Specification, Statement of Work (SOW), Contract Data Requirements List (CDRLs). Delivery is FOB destination. Inspection will be performed by DCMA at origin and Acceptance will be performed by Government at destination, NSWC Crane, Crane, IN 47522. This requirement will be issued competitively as a Full and Open Competition IAW FAR Subpart 6.1. The Government intends to award to the responsible offeror whose offer constitutes the best value to the Government, considering technical, delivery, past performance, and price related factors. The draft Performance Specification and the draft SOW are being provided with the issuance of the synopsis. Contractors are requested to provide any comments/questions concerning the draft requirements documents prior to the issue date of the solicitation. The official Performance Specification and SOW will be posted with the solicitation. Offerors shall provide two product samples per proposal (production representative) for the ESLRF that is being solicited. The two product samples shall be identical in configuration. Proposals, including Product Samples, will be evaluated by NSWC, Crane personnel against performance specification and Statement of Work identified in the solicitation. The two product samples shall be used collectively for evaluation against the specification requirements (i.e. each individual sample will not necessarily undergo full testing). The Government may or may not choose to fully evaluate the product samples against all the requirements identified in the Performance Specifications. All product samples will be tested to the same specification requirements. The Government requires the product samples to be representative of the production units. The Sample Product will be provided at no cost to the government. Offerors will not be permitted to resubmit sample products. Sample Products will not be reevaluated. Sample Products will not be "marked" as to the vendor's name. In addition to the product sample(s), the offerors shall submit a written proposal in response to the factors and subfactors described in the solicitation in such detail to allow the Government to evaluate the proposal. All requirements are detailed in the Statement of Work attached to this synopsis and the forthcoming solicitation number N00164-16-R-JQ23 to be posted on the FedBizOpps website at http://www.fbo.gov on or about 29 July 2016. To be eligible for award, contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at http://www.dlis.dla.mil. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. 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 the FBO website 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. Casey Bault at telephone number 812-854-2378, fax number 812-854-1747, or e-mail casey.bault@navy.mil. Complete mailing address is: Mr. Casey Bault Code 0232, NSWC Crane, 300 Highway 361 Bldg. 3373, Crane IN 47522-5001. Reference the solicitation number N00164-16-R-JQ23 when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416RJQ23/listing.html)
 
Record
SN04183605-W 20160716/160714235646-50048a83c595333b51f2af269d3090ff (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.