SOLICITATION NOTICE
F -- LASER POINTER/ILLUMINATOR AND AIMING LASER SYSTEMS AND PARTS PURCHASE, REPAIR, AND UPGRADE/REFURBISHMENT
- Notice Date
- 11/19/2009
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016410RJQ21
- Response Due
- 1/22/2010
- Archive Date
- 3/22/2010
- Point of Contact
- Virginia Fischer 812-854-8289 Virginia Fischer812-854-8289 virginia.fischer@navy.mil
- E-Mail Address
-
POINT OF CONTACT
(virginia.fischer@navy.mil)
- 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 5-year Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the purchase, repair, upgrade and refurbishment of ruggedized hand-held and weapons mountable laser pointer/illuminator and aiming laser systems. The minimum/maximum quantities are 5/750 aiming laser systems, and 5/750 laser pointer/illuminators. The Laser Pointer/Illuminator shall be weapons mountable and also capable of being used as a hand-held system. It will include both a Visible Green Laser and an Infrared (IR) pointer and illuminator. The visible laser and IR laser must be capable of being operated both individually and simultaneously. The Aiming Laser shall be weapons mountable, and shall include two aiming systems: a fixed divergence IR aiming dot and a variable divergence IR illumination beam which exit through a single aperture, and a fixed divergence Visible Green aiming beam. It shall also have a training mode. Delivery will be required to begin within 60 days after the initial order is issued, with subsequent deliveries specified in individual delivery orders. Delivery required F.O.B. Destination: NSWC - Crane Division, 300 Highway 361, Crane IN 47522-5001. DPAS rating is DO-A7. Interested parties contact the Point of Contact (POC) below. This is a full and open competition noncommercial acquisition according to FAR 15, and all responsible sources may submit an offer that will be considered. The Government intends to award to the responsible contractor whose offer is of the best value to the Government considering capability, past performance and other factors to be described in the solicitation. Contractors submitting proposals to the solicitation must be registered in the Central Contractor Registry (CCR) in accordance with FAR 4.11 and in the Joint Certification Program (JCP) in order to receive the Performance Specifications. Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423 or via the internet at www.ccr.gov. Information about the JCP is located at www.dlis.dla.mil/JCP. All changes to the requirements that occur prior to the closing date of the solicitation will be posted to FedBizOpps, www.fbo.gov, NECO, and the Crane web site. It is the responsibility of interested vendors to monitor these websites for amendments that may be issued to the solicitation. For changes made after the closing date, only those Offerors that submit 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 parties must download from one of the websites listed. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 750 employees Federal Supply Class 5855. For information contact Virginia Fischer (POC) at 812-854-8289 or email: virginia.fischer@navy.mil. Mailing address is Virginia Fischer, Code CXMM, Bldg. 3291, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016410RJQ21/listing.html)
- Record
- SN02007243-W 20091121/091119235321-5b718de43a8df68e5bb443c45e2f3124 (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 |