Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOLICITATION NOTICE

13 -- Marker, Location, Marine, MK 58 MOD 1

Notice Date
10/10/2018
 
Notice Type
Presolicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation 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
N0016419RJR73
 
Archive Date
1/11/2019
 
Point of Contact
Mitch Deyerling, Phone: 812-854-8038
 
E-Mail Address
mitchell.deyerling@navy.mil
(mitchell.deyerling@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-19-R-JR73 - Marker, Location, Marine, MK 58 MOD 1 - PSC: 1370 - NAICS: 325998 Anticipated Issue Date: 25 OCT 2018 - Anticipated Closing Date: 26 NOV 2018 - Time 2:00 PM EDT This solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. Naval Surface Warfare Center (NSWC) Crane has a requirement for the MK 58 MOD 1 manufactured in accordance with government specifications. Solicitation will be issued for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract that will cover a five year ordering period with five one year options after the five year IDIQ time period. The Government intends to award a Firm-Fixed Price (FFP) five year IDIQ contract with a minimum contract quantity of 1,201 each MK 58 MOD 1 and a maximum contract quantity of 60,000 each MK 58 MOD 1 with an anticipated award date of April 2019. Step-ladder pricing shall be required for a 5-year period and five 1-year option periods for quantities of 1,201-20,000 each MK 58 MOD 1. Delivery terms are 522 days after effective date of order with F.O.B. at Destination for First Article and Lot Acceptance Test Samples and F.O.B. at Origin for Lot Deliveries. Initial inspection as well as final inspection are origin. First Article and Lot Acceptance Testing shall be required for this procurement and shall occur at NSWC Crane. A quantity of 237 each MK 58 MOD 1 shall be required for First Article testing within 180 days after contract award. The First Article units shall not be delivered as part of the production quantity. First Article testing and Lot Acceptance testing shall be performed by the Government. This is a full and open competition acquisition in accordance with FAR 6.1 and all responsible sources may submit an offer that will be considered. The final contract award decision may be based upon a combination of technical, past performance, and price evaluation factors as described in the solicitation. The Government intends to award to the responsible contractor(s) whose offer is technically acceptable and is the best value to the Government, considering technical, past performance, and price related factors. 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 https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. 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. This will be a non-commercial acquisition in accordance with FAR Part 15. The solicitation will be available on or about 10/25/2018 at the following address: http://www.fbo.gov. Solicitation attachments will be posted at the same time the solicitation is posted. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. All changes to the requirement that occur prior to the closing date shall be posted to the FedBizOpps website. It is the responsibility of interested vendors to monitor the FedBizOpps website for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal shall be provided any changes/amendments and considered for future discussions and/or award. Questions or inquiries should be directed to Mitch Deyerling, Code 0232, telephone 812-854-8038, e-mail mitchell.deyerling@navy.mil. Complete mailing address is: Mitchell Deyerling, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419RJR73/listing.html)
 
Record
SN05119228-W 20181012/181010230730-60e3cf8e1289896f2e726362ac0f14b0 (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.