Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2013 FBO #4338
SOLICITATION NOTICE

13 -- DIVERSIONARY HAND GRENADE, MK 20 MOD 0, FLASH/SINGLE BANG - 14RJR01_syn

Notice Date
10/8/2013
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016414RJR01
 
Archive Date
3/20/2014
 
Point of Contact
John C. Roberts, Phone: 812-854-2433
 
E-Mail Address
john.c.roberts3@navy.mil
(john.c.roberts3@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis This solicitation is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. The Naval Surface Warfare Center (NSWC) Crane Division intends to solicit and award a firm fixed price (FFP) indefinite delivery indefinite quantity (IDIQ) contract with a five year ordering period for Diversionary Hand Grenade, MK 20 MOD 0, Flash/Single Bang in accordance with Automated Data List (ADL) 53711-5355899 (specifications, and associated drawings), Contract Data Requirements Lists (CDRLs), Quality Assurance Provisions (QAP), Supplemental Quality Assurance Provisions (SQAP). The Technical Data Package (TDP) is being provided in draft format. Questions or comments should be directed to the POC listed below prior to solicitation issue date. The anticipated award date is on or about 14 May 2014. The Government requires 72 each First Articles and 4,000 each (minimum) and 400,000 each (maximum) of production units over a five year ordering period. The anticipated minimum/maximum ordering quantities are 4,000 each (minimum) and 100,000 each (maximum) over the life of the contract. First Article quantity is due 120 days after contract award. Government allows 35 days for First Article Testing and Acceptance. Lot Acceptance Test (LAT) sample submission is due 180 days After First Article Testing and Acceptance. Government allows 35 days for Lot Acceptance Testing and Approval. Delivery of first production lot due 30 days after the LAT approval. The First Articles will not be delivered as part of the production quantity. Data deliverables are in accordance with Contract Data Requirements Lists, DD 1423s. First Article Testing (FAT) will be performed by the contractor at the contractor's facility and will be witnessed by Government Representatives from DCMA and NSWC Crane Code JXRTL. Lot Acceptance Testing (LAT) will be performed by the contractor at the contractor's facility and will be witnessed by Government Representatives from DCMA (required) and NSWC Crane Code JXRTL (optional). Offerors must be properly registered in the System for Award Management (SAM) and in the Joint Certification Program (JCP) in order to receive the solicitation attachments. Offerors may obtain information on SAM registration and annual confirmation at the website https://www.sam.gov and by phone at 1-866-606-8220. Information about the JCP is located at http://www.dlis.dla.mil. All responsible sources may submit a proposal which shall be considered by agency. The solicitation attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. Proposals must be submitted in the format specified in the solicitation. No hard copies of the solicitation will be mailed. Interested sources must download from the website listed. All changes to the requirement that occur prior to the closing date will be posted to the FedBizOps website. It is the responsibility of interested vendors to monitor FedBizOps 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. Questions or inquiries should be directed to the contracting Point of Contact (POC) Mr. John C. Roberts, Contract Specialist, Code CXPP, via email (preferred) at john.c.roberts3@navy.mil or telephone 812-854-2433. Complete mailing address is: Commander, NSWC Crane, Attn: John C. Roberts, Contract Specialist, Code CXPP, Bldg. 3422, 300 Highway 361, Crane, IN 47522-5001. All responsible sources may submit a proposal to the POC listed which shall be considered by the agency. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414RJR01/listing.html)
 
Record
SN03213443-W 20131010/131008234304-9e51d7bf627e90bc3895cae57720a210 (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.