Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
MODIFICATION

59 -- Oil Filled Pressure Switches - Solicitation 1

Notice Date
8/9/2017
 
Notice Type
Modification/Amendment
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 610 Dowell Street, Keyport, Washington, 98345-7610, United States
 
ZIP Code
98345-7610
 
Solicitation Number
N00253-17-R-0005
 
Response Due
9/11/2017 10:00:00 AM
 
Archive Date
6/30/2017
 
Point of Contact
Anita Moosmiller,
 
E-Mail Address
anita.moosmiller@navy.mil
(anita.moosmiller@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N00253-17-R-0005 Past Performance Questionnaire N00253-17-R-0005 Serial Number Request Form N00253-17-R-0005 GFP N00253-17-R-0005 Solicitation Sources Sought notice, N00253-17-R-9000, was issued on 22 December 2016 for this requirement. As a result, Naval Undersea Warfare Center Division, Keyport (NUWC Keyport) intends to issue a 100% total small business set-aside solicitation of the following non-commercial supply: Oil Filled Pressure Switch. Items shall be manufactured and delivered In Accordance With (IAW) the Statement of Work (SOW), Navy drawing 6277300 Rev H + Notice of Revision (NOR) 54/NUWC-K/17022-001, Weapon Specification (WS) 22017 Rev H (Critical Item Product Specification), and all associated drawings and specifications. The National Stock Number (NSN) for this item is 5930013278006. This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 15.101-2, supplemented with additional information included in the solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Offers will be evaluated on the basis of the lowest price, technically acceptable, past performance acceptable offer. In order to be considered awardable, an offer must be rated "acceptable" in every non-price factor. BASE REQUIREMENT: First Article Test: Twenty (20) Oil Filled Pressure Switches, 6277300, NSN 5930013278006, with delivery 300 days After Date of Contract (ADC). First Article Requirement may be waived by the Government for contractors who have successfully and recently manufactured the parts included on this solicitation. The base year requirement will be for 250 Oil Filled Pressure Switches, man ufactured and delivered in accordance with the SOW, Navy drawing 6277300H + NOR 54/NUWC-K/17022-001, WS22017H, and all associated drawings and specifications. Four (4) pressure switches of the 250 produced are to be delivered as a sample lot. Acceptance of the production lot is dependent upon the successful acceptance of the sample lot. Contract Data Requirements Lists (CDRLs) include lot reports, and an inspection plan to be submitted within 30 days of contract award. Government Furnished Property (GFP) will be provided in order to perform testing as required by WS22017H. A list of anticipated GFP will be provided as an attachment to the solicitation. OPTION QUANTITIES This requirement is anticipated to include four (4) option quantities of 250 Oil Filled Pressure Switches, for a total of 1,000 additional switches. Requirements for manufacture, delivery, inspection and acceptance will be identical to that of the base year, with the exception of first articles (CLIN 0001). In accordance with WS22017H, option quantities will still require four (4) sample switches and 246 production switches. The solicitation number for this requirement when issued will be N00253-17-R-0005. It is anticipated that the resultant contract will be a Firm-Fixed Price (FFP) contract. The applicable NAICS code for this requirement is 335313 with a small business size standard of 1250 employees. Offers shall be FOB Destination to NUWC Keyport, WA 98345-7610. It is anticipated that the solicitation and drawings will be available for download on or around 19 May 2017. The closing date of the solicitation is anticipated to be 30 days after issuance of the solicitation package. The actual date and time will be identified in the solicitation. Portions of this requirement may contain Foreign Military Sales. Drawings Referenced in this solicitation are restricted by the Arms Export Control Act and are ONLY available to vendor's/contractor's appointed data custodian that are registered with Defense Logistics Information Service (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at www.dlis.dla.mil/jcp/. Restricted Drawings and Technical Information will be are available through FedBizOpps as an attachment to this solicitation when it is released. The RFP will be available for download at http://www.fedbizopps.gov/. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from the website and to frequently monitor the site for any amendments to the RFP. A bidders list will not be maintained by this office. No telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of proposal may render a vendor's offer non-responsive and result in rejection of the same. Any questions must be submitted in writing via e-mail to anita.moosmiller@navy.mil. Provisions and clauses in effect through the latest Federal Acquisition Circulars will be included in the solicitation. Both Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations Supplement (DFARS) can be found at https://www.acquisition.gov/. Offerors are also advised that representations and certifications can be completed electronically via the System for Award Management (SAM) website at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-17-R-0005/listing.html)
 
Record
SN04620271-W 20170811/170809232211-854d114497cada414b035fdfa65f8af2 (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.