DOCUMENT
58 -- GBOSS 3.0 INERTIALREFERENCE UNIT, TRANSIT CASES, AND REPAIRS - Attachment
- Notice Date
- 7/21/2011
- Notice Type
- Attachment
- 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
- Solicitation Number
- N0016411RJT40
- Response Due
- 9/6/2011
- Archive Date
- 10/20/2011
- Point of Contact
- MS. CINDY DANT 812-854-2792 MS. CINDY DANT, 812-854-2792
- Small Business Set-Aside
- N/A
- Description
- This solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. Crane Division, Naval Surface Warfare Center has a requirement for GBOSS 3.0 Inertial Reference Unit (IRU), Transit Cases and Repairs for the IRU. A fully functional production representative IRU will also be required. The IRU will be manufactured in accordance with the Statement of Work and GBOSS IRU Performance Specification. The anticipated Indefinite Delivery Indefinite Quantity contract will cover a 5-year ordering period in the following minimum/maximum contract production quantities: (1) Production Representative IRU 1 each total; (2) IRU 2/335; (3) Transit Cases 2/335; (4) Repairs not to Exceed $1,000,000. The production representative IRU is due within 30 days after contract award. The first production lot delivery will be 120 days after contract award. Data deliverables are in accordance with Contract Data Requirements Lists, DD 1423 s. Inspection and Acceptance shall be at Source. Delivery is required F.O.B. Destination. To be considered for award contractors shall provide a copy of their GPS Wing Authorization Letter for Security Approval of the IRU with their proposal. In addition, the Embedded Precision Position Service (PPS) GPS offered shall be compatible with the Government s Furnished Material, a ground Based GPS Receiver Application Module (GB-GRAM). The solicitation document contains information that has been designated as Militarily Critical Technical Data . Only businesses that have completed DD form 2345, and are certified under the Joint Certification Program, are authorized to receive the package. This acquisition will be Full and Open Competition. The Government intends to award to the responsible contractor whose offer is the best value to the Government, considering price and past performance related factors. The solicitation will be available on or about 05 August 2011. Contractors must be properly registered in the Government's Central Contractor Registration (CCR) and in the Joint Certification Program (JCP) in order to receive the solicitation attachments. Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.bpn.gov/ccr/contractors.aspx. Information about the JCP is located at http://www.dlis.dla.mil. The solicitation attachments will be posted to FedBizOpps at the same time the solicitation is posted. FedBizOpps may be accessed at http://www.fbo.gov. All changes to the requirement that occur prior to the closing date will be posted as amendments to the FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps 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 discussion and/or award. No hard copies of the solicitation will be mailed . Interested sources must download the solicitation and the technical data package from the www site listed. Point of contact (POC) for this procurement is Ms. Cindy Dant, email cynthia.dant@navy.mil, telephone (812)854-2792. The complete mailing address is: Ms. Cindy Dant, Code CXMP, Bldg 64, NSWC Crane, 300 Highway 361, Crane IN 47522-5001. All responsible sources that are certified under the Joint certification Program may submit a proposal to the POC, which shall be considered. Reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RJT40/listing.html)
- Document(s)
- Attachment
- File Name: N0016411RJT40_11RJT40_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016411RJT40_11RJT40_syn.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016411RJT40_11RJT40_syn.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016411RJT40_11RJT40_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016411RJT40_11RJT40_syn.docx)
- Record
- SN02506397-W 20110723/110721235329-02febddfb55017238d6762d0fc813f77 (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 |