DOCUMENT
10 -- CREW SERVED WEAPONS MOUNTING SYSTEMS - Attachment
- Notice Date
- 1/31/2012
- Notice Type
- Attachment
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016412RJN32
- Response Due
- 3/29/2012
- Archive Date
- 5/14/2012
- Point of Contact
- Mr. Logan C. OBrien 812-854-3333 Mr. Logan C. OBrien, 812-854-3333
- 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. The Government intends to procure Crew Served Weapons Mounts on a total small business set aside In Accordance With (IAW) FAR 6.203 and FAR Subpart 19.501, by awarding to the contractor(s) whose offer(s) present the best value to the Government considering price and past performance related factors. All responsible sources may submit an offer that will be considered. This will be a competitive, non-commercial procurement IAW FAR 15 and will result in Firm Fixed Price (FFP) five-year Indefinite Delivery Indefinite Quantity (IDIQ) type contracts. Multiple awards may be issued. The required mounts are used to support crew served weapons such as 50. Caliber GAU-16/XM-218, GAU-21, 7.62 Caliber M-240D and GAU-17/A Machine Guns. These are build-to-print items and descriptions can be found in the drawings attached to solicitation number N00164-12-R-JN32 to be posted on the Navy Electronic Commerce Online website at: http://www.neco.navy.mil and the FedBizOpps website at Http://www.fbo.gov on or about 28 February 2012. Awardee(s) will receive orders for a minimum value of $500.00 and the opportunity to participate in follow-on competitively issued delivery orders under this contract, as they are required. The potential maximum contract value is $10,000,000.00 over all delivery orders of this procurement. All items shall be produced in accordance with the associated drawings attached to the forthcoming solicitation. Awardee(s) without previous or current Government contracts for each required CLIN will receive an order for a quantity of one (1) EA Pre-Production Unit for each CLIN not previously manufactured for the Government. All Pre-Production Units shall be delivered to destination for inspection and acceptance within seventy five (75) days from Date After Receipt of Order (DARO). Pre-Production Unit pricing shall be provided for each CLIN in each respective group(s) vendor chooses to propose on in order to be considered a responsible offer. Incurrence of costs and performance of work against Crew Served Weapon Mounting Systems shall not be initiated by contractor until it receives formal authorization to begin production from the Government Contracting Officer. Authorization will not occur until Pre-Production Unit(s) have been inspected and accepted by the government. Production units will be required 120 days from the date of each delivery order issued. Delivery requirements shall be F.O.B. Destination; Inspection and Acceptance are to occur at destination. The items being purchased will be packaged using Best Commercial Practice. All drawings will be posted to FedBizOpps at the same time the solicitation is posted. Interested contractors must be registered in CCR and the Joint Certification Program (JCP) in order to receive the package. Information about the JCP is located at http://www.dlis.dla.mil/jcp. Contractors submitting proposals to the solicitation must be registered in the Central Contractor Registry (CCR) in accordance with FAR 4.11. Contractors interested in responding with a valid quote may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to the FedBizOpps and NECO websites. It is the responsibility of interested vendors to monitor the FedBizOpps and/or NECO websites 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 Government POC: Mr. Logan C. OBrien, Code CXML, at telephone 812-854-3333, Fax 812-854-5095 or e-mail: logan.obrien@navy.mil. Complete mailing address is: Mr. Logan C. OBrien, Code CXML, Bldg. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RJN32/listing.html)
- Document(s)
- Attachment
- File Name: N0016412RJN32_12RJN32_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RJN32_12RJN32_syn.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0016412RJN32_12RJN32_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: N0016412RJN32_12RJN32_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016412RJN32_12RJN32_syn.docx)
- Record
- SN02664919-W 20120202/120131235225-7ec3c42452e6b1c7f3de0c3a3eedfd4c (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 |