Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2010 FBO #3296
SOLICITATION NOTICE

58 -- EVALUATION AND REFURBISHMENT OF DC DRIVE MOTORS, PART 914104, OF THE AN/SPS-49 ANTENNA PEDESTAL

Notice Date
12/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016411RGR99
 
Response Due
12/30/2010
 
Archive Date
3/2/2010
 
Point of Contact
Teri Marshall (812) 854-8239 Teri Marshall
 
E-Mail Address
a.marshall@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.navsea.navy.mil/nswc/crane/working/contracting/default.aspx. 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, Contracting webpage serve as alternatives if the FBO website is unavailable. This solicitation will utilize full and open competition after exclusion of sources IAW FAR 6.203 as Set-Aside for Small Business concerns. This solicitation will be posted for 30 days which allows a reasonable time as prescribed by FAR 5.203(c). The anticipated contract type is a Firm Fixed Price, Five year, IDIQ. NAVSURWARCEN Crane Division has a requirement for Evaluation and Refurbishment of DC Drive Motors, Part # 914104, of the AN/SPS-49 Antenna Pedestal to be in accordance with the requirements set forth in the NSWC Crane Statement of Work. CLIN 0001 “ Evaluation for repair, min 2 each/max 230 each CLIN 0002 “ Refurbishment/Repair of DC Motor including labor and replacement of Mandatory Parts in accordance with Statement of Work para. 3.1.1 “ 3.1.13, min 2 each/max 230 each CLIN 0003 “ Replacement of part, Hand Hole Cover to include replacement and labor of non-mandatory part in accordance in SOW, para. 3.1.14, min 0 each/max 230 each CLIN 0004 “ Replacement of part, Tachometer Cover to include labor and replacement of non-mandatory part in accordance in SOW para. 3.1.14, min 0 each/max 230 each CLIN 0005 - Replacement of part, Tachometer Brush Holder Assembly to include replacement and labor of non-mandatory part in accordance in SOW, para. 3.1.14, min 0 each/max 230 each CLIN 0006 - Replacement of part, Brush Holder Assembly to include replacement and labor of non-mandatory part in accordance in SOW, para. 3.1.14, min 0 each/max 230 each CLIN 0007 - Replacement of part, Connectors to include replacement and labor of non-mandatory part in accordance in SOW, para. 3.1.14, min 0 each/max 230 each CLIN 0008 “ (FMS) Evaluation for repair, min 0 each/max 20 each CLIN 0009 “ (FMS) Refurbishment/Repair of DC Motor including labor and replacement of Mandatory Parts in accordance with Statement of Work para. 3.1.1 “ 3.1.13, min 0 each/max 20 each CLIN0010 “ (FMS) Replacement of part, Hand Hole Cover to include replacement and labor of non-mandatory part in accordance in SOW, para. 3.1.14, min 0 each/max 20 each CLIN 0011 “ (FMS) Replacement of part, Tachometer Cover to include labor and replacement of non-mandatory part in accordance in SOW para. 3.1.14, min 0 each/max 20 each CLIN 0012 “ (FMS) Replacement of part, Tachometer Brush Holder Assembly to include replacement and labor of non-mandatory part in accordance in SOW, para. 3.1.14, min 0 each/max 20 each CLIN 0013 “ (FMS) Replacement of part, Brush Holder Assembly to include replacement and labor of non-mandatory part in accordance in SOW, para. 3.1.14, min 0 each/max 20 each CLIN 0014 “ (FMS) Replacement of part, Connectors to include replacement and labor of non-mandatory part in accordance in SOW, para. 3.1.14, min 0 each/max 20 each CLIN 0015 “ Data in accordance with DD 1423s A001 and A002 Minimum ordering quantity(ies) _1_Maximum ordering quantity(ies)_25_ The Source Selection Evaluation Criteria for this requirement is past performance and price. Past performance is more important than price. Under past performance there will be two subfactors of equal importance, history of performing high quality same/ similar work and history of meeting required delivery schedules. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps, NECO and the Crane website. It is the responsibility of interested vendors to monitor the FedBizOpps, NECO and the Crane website for amendments that may be issued to this 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. The POC is Teri Marshall, Code CXMR UR, telephone (812) 854-8239, FAX 812-854-1841 or e-mail theresa.marshall@navy.mil. No hard copies of the solicitation will be mailed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RGR99/listing.html)
 
Record
SN02336650-W 20101203/101201234555-76471f0d35a72f7fda97eeb81d91eed9 (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.