Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2009 FBO #2644
SOLICITATION NOTICE

10 -- AIR-INTEGRATION GUN MOUNTS

Notice Date
2/19/2009
 
Notice Type
Presolicitation
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016409RJN14
 
Response Due
4/10/2009
 
Archive Date
4/25/2009
 
Point of Contact
MR. NICKOLAS ROBBINS 812-854-6698 MR. NICKOLAS ROBBINS, 812-854-6698,email: nickolas.robbins@navy.mil<br />
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/homepage.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. The Government intends to procure various components to each of the following gun-mounts: MH-60 Sierra Gun-Mount, MH-60 Romeo Gun-Mount, V22 Osprey Gun-Mount, and Bore Sight Kits. These are considered commercial items. The Contract Line Item Numbers (CLIN) items (shown below) will be manufactured in accordance with Government Drawing Packages. The technical package will be posted to FedTeDs at the same time the solicitation is posted. FedTeDs may be accessed at https://www.fedteds.gov. Interested contractors must be registered in the Joint Certification Program (JCP) in order to receive the package. This procurement will be competitive in nature and will result in multiple five year Indefinite Delivery Indefinite Quantity (IDIQ) type contracts. If awarded a contract in the anticipated multiple award scenario, the contract awardee will receive a minimum of $2,000.00 and the opportunity to compete on a delivery order to delivery order basis. Contract maximum will be $14,000,000.00. The contractors that are determined to be a "Best Value" in regards to the following CLINs or combination of CLINs listed, will receive contract award and will have an opportunity to compete on follow-on delivery orders issued on a five year multiple award IDIQ type contract(s). This requirement is for the following CLINs, potential contract awardees must bid on all CLINs in their respective group (i.e. if a contractor bids on Group A, they must bid on CLINs 0001-0011), these groups have been broken down into the following: Group A, Group B, Group C, Group D, Group E, Group F, Group G, Group H, Group I, Group J. Group A:CLIN 0001:3392AS124, M240/GAU-17 SIGHT BASE ASSEMBLYCLIN 0002:3392AS412, AN/PEQ-3 LASER BORE SIGHT TOOL ASSEMBLYCLIN 0003:3392AS741, RH FORWARD BRACKET ASSEMBLYCLIN 0004:3392AS742, LH FORWARD BRACKET ASSEMBLYCLIN 0005:3392AS743, RH AFT BRACKET ASSEMBLYCLIN 0006:3392AS744, INBOARD STOW BRACKET ASSEMBLYCLIN 0007:3392AS790, FEED CHUTE HOLDER ASSEMBLYCLIN 0008:3392AS794, BARREL LOCK ASSEMBLYCLIN 0009:3392AS834, RECEPTACLE ASSEMBLYCLIN 0010:3392AS902, LASER SWITCH BRACKET ASSEMBLYCLIN 0011:3392AS1015, LH AFT BRACKET ASSEMBLY Group B:CLIN 0012:3392AS485, STOW PINCLIN 0013:3392AS486, AZIMUTH STOP PINCLIN 0014:3392AS727, DECK PLATE SUPPORTCLIN 0015: 3392AS728, DECK PLATE CAPCLIN 0016:3392AS729, DECK PLATE SPACERCLIN 0017:3392AS730, DECK PLATE STUD, SHORT (W/O ARMOR PLATE)CLIN 0018:3392AS764, DECK PLATE STUD, LONG (ARMOR PLATECLIN 0019:3392AS904, LH FEED CHUTE RESTRICTOR ASSEMBLYCLIN 0020:3392AS903, RH FEED CHUTE RESTRICTOR ASSEMBLYCLIN 0021:3392AS1009, GUN MOUNT DETENT PIN ASSEMBLYCLIN 0021:3392AS1010, FORWARD BRACKET BOLT Group C:CLIN 0022:3392AS683, RIGHT M240 SWING ARM ASSEMBLYCLIN 0024:3392AS691, LEFT M240 SWING ARM ASSEMBLYCLIN 0025:3392AS771, MH-60R DOOR BRACKET ASSYCLIN 0026:3392AS901, M240 SWING ARM ASSYCLIN 0027:3392AS1004, MH-60R M240 PINTLE ASSY Group D:CLIN 0028:3392AS733, LH CROSS BEAM ASSEMBLYCLIN 0029:3392AS747, RH CROSS BEAM ASSEMBLYCLIN 0030: 3392AS994, MH-60R CROSS BEAM ASSEMBLY Group E:CLIN 0031:3392AS697, 2,000 ROUND AMMO STORAGE RACK/DECK PLATE ASSEMBLYCLIN 0032:3392AS803, AMMO STORAGE RACK ASSEMBLY Group F:CLIN 0033:3392AS785, EJECTION CHUTE ASSEMBLYCLIN 0034:3392AS838, EJECTION CHUTE ASSEMBLYCLIN 0035:3392AS677, M240 AMMO TRAY ASSEMBLY Group G:CLIN 0036:3392AS432, AMMUNITION CONTAINER ASSEMBLYCLIN 0037:3392AS726, 0.50 CAL 600 ROUND AMMO CAN ASSEMBLY Group H:CLIN 0038:3392AS725, DECK PLATE SUB-ASSEMBLY Group I:CLIN 0039:3392AS804, PINTLE ASSEMBLY & 3392AS818, ARM/BASE ASSEMBLY Group J:CLIN 0040 :3392AS899, MH-60R GAU-21 ADAPTER ASSEMBLY The Government intends to issue a solicitation on or about 10 Mar 2009. The contract will be F.O.B. Destination. For the minimum quantity, delivery of a Pre-Production component will be required 60 days after the effective date of the contract (DAC). Pre-Production Pricing must be provided on any CLIN that an interested party plans to propose on initially or on future competed orders. Production components will be required at 60 days from the date of each delivery order issued. Any subsequent delivery orders will order any combination of CLINs 0001 - 0040, within the minimum/maximum thresholds established within the delivery order restraints that will be established in the solicitation. This procurement will be solicited as 100% small business set aside and the government intends to award to the responsible contractor(s) whose offer(s) present the best value to the Government considering past performance and price. 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 1-888-227-2423, or via the Internet @ www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO for amendments that may be issued to the 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. No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. Government point of contact is Mr. Nickolas Robbins, Code 0562NF, at telephone 812-854-6698, fax 812-854-5095 or e-mail nickolas.robbins@navy.mil. All responsible sources may submit a proposal, which shall be considered. Reference the above s! olicitation number when responding to this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=32ae6d16402fa73f1d6a43aedf3d066e&tab=core&_cview=1)
 
Record
SN01753465-W 20090221/090219220836-2bd3c37a7bb0849c236856095e651688 (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.