Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2012 FBO #3835
SOLICITATION NOTICE

13 -- Fabrication and Qualification Testing of the Safety-Arming Device Assembly MK 75 Mod 1

Notice Date
5/23/2012
 
Notice Type
Presolicitation
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133112R0028
 
Response Due
6/13/2012
 
Archive Date
6/28/2012
 
Point of Contact
Dorothy Streekmann (850) 636-6252
 
Small Business Set-Aside
N/A
 
Description
The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to solicit competitive proposals for the fabrication and qualification testing of a Safety-Arming Device MK 75 Mod 1 on the basis of full and open competition. This item contains explosive materials and the devices have been operationally tested and validated. The fabrication will be to a Government Technical Data Package (TDP). The base contract will be for preproduction units, consisting of subassemblies and practice exercise and training assemblies, and they include ten (10) each Safety Device Assembly MK 52 Mod 0, twelve (12) each Arming Device Assembly MK 35 Mod 1, nine (9) each Practice Arming Device Assembly Mk 41 Mod 1, and three (3) each Practice Safety-Arming Device Assembly Mk 81 Mod 0. There will be contract options for additional quantities of the Arming Device Assembly MK 35 Mod 1, Practice Safety-Arming Device Assembly Mk 81 Mod 0, and Safety-Arming Device MK 75 Mod 1 qualification test units along with specialized test hardware, a fuze qualification test program, additional Safety and Arming Device production units with Shipping & Storage Containers, additional inert loaded Practice Safety and Arming Devices MK 81 Mod 0 with Shipping & Storage Containers, spare parts, and explosive components. Initially, for assemblies requiring energetic materials, up to 500 sets of explosive components will be Government furnished. Conduct of Contractor test, fuze qualification, and quality conformance testing, to include live fire testing, will be included in the solicitation and requested as part of the offeror ™s proposal. The contract will contain a Contract Line Item (CLIN) for engineering services to support issuing orders to engineering, material or obsolescence issues, improve or maintain producibility and ensure continued system supportability. Anticipated contract type is firm-fixed-price and will be awarded to the offeror representing the best value, price and other factors considered, to the Government. The apparently successful offeror will be required to undergo a Government conducted Pre-Award Safety Survey in accordance with Section C1.5 of DoD 4145.26M, DoD Contractor ™s Safety Manual for Ammunition and Explosives dated 13 March 2008 prior to contract award. An offeror must satisfactorily complete the Pre-Award Safety Survey to be eligible for award. The TDP will be made available only to DoD contractors (Distribution Limited and subject to the Arms Export Control Act (Title 22, U.S.C., Sec 2751 et. Seq.) or the Export Administration Act of 1979 as amended Title 50, U.S.C., app 2401 et. seq.) ) upon request to the Contracting Office. Submit requests to dorothy.streekmann@ navy.mil(Contract Specialist). Drawings must be requested from the buyer by e-mail. Drawing requests must include the requesting firm ™s Cage Code number to receive an electronic copy of the controlled TDP. Required delivery date for the First Article is 550 days after contract award. Completion of fuze qualification fabrication and testing is 280 days acceptance of First Article. Delivery of the first production lot is 300 days after completion of fuze qualification testing and the exercising of the option. Delivery of optional production lots will be 300 days after exercising the option. Delivery will be F.O.B. Destination to the location specified in the contract. NAICS 325920 applies. Small Business Size Standard is 750 employees. FSC 1351.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a7c65252241bbdcce4ee8a521a59782e)
 
Place of Performance
Address: 110 Vernon Avenue, Panama City, Florida
Zip Code: 32407
 
Record
SN02756172-W 20120525/120523235840-a7c65252241bbdcce4ee8a521a59782e (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.