Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

10 -- MK 12 / M16 TRIGGER ASSEMBLY

Notice Date
3/11/2009
 
Notice Type
Presolicitation
 
NAICS
332995 — Other Ordnance and Accessories 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
N0016409RJN41
 
Response Due
4/4/2009
 
Archive Date
4/19/2009
 
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. This requirement is for the acquisition of trigger assemblies for the MK12/M16 Rifle: semi-automatic and fully automatic. The trigger assemblies are considered commercial items. This procurement will be competitive in nature and may result in award on a CLIN by CLIN basis. Award(s) will result in 5-year Indefinite Delivery Indefinite Quantity (IDIQ) type contracts. The combined value of the contracts shall be a maximum of $500,000.00. Contract minimums, maximums and quantities shall be more clearly defined within the solicitation. The Contract Line Item Numbers (CLIN) shall include: 1) Two-stage, semi-automatic trigger assembly, 2) Two-stage, fully automatic trigger assembly, and 3) Single-stage, fully automatic trigger assembly. Items will be manufactured in accordance with a Government issued Purchase Description. Contractors may provide offers for each or all of the CLINs. As part of the evaluation process, product samples shall be required for each CLIN the offeror is proposing. Submitted product samples shall not be returned to offeror. In order to participate in the evaluation process, each proposed CLIN shall require five product samples. Example, one offeror may only desire to bid on a two-stage, semi-automatic trigger assembly and therefore shall provide five product samples for that CLIN. Another offeror may bid on all three CLINs and therefore shall provide five product samples of each CLIN, totaling fifteen product samples. Product samples shall be due at the time of solicitation closing. The Government shall perform a Go / No Go functional test to evaluate each product sample. Failure to pass all of the functional tests shall result in elimination of the award process. Additional evaluation criteria shall be identified within the solicitation. The Government intends to issue a solicitation on or about 16 Mar 2009. The contract(s) shall be F.O.B. Destination. The government intends to award to the responsible contractor(s) whose offer(s) meet the initial Go/No Go criteria and then provide the best overall value to the Government. 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 ! solicitation number when responding to this notice.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=827eb1b656aa72429b6bdf1c0f009bc6&tab=core&_cview=1)
 
Record
SN01766766-W 20090313/090311215621-bd88797f09908d78aee0883432899318 (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.