Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2013 FBO #4387
SOLICITATION NOTICE

23 -- G-BOSS BARE TRAILERS - BRAND NAME SCHUTT INDUSTRIES LTT-FE TRAILERS (2200701 VARIANT) OR EQUAL - 14RJT80_syn - CONTROLLED DOCUMENTS

Notice Date
11/26/2013
 
Notice Type
Presolicitation
 
NAICS
336212 — Truck Trailer 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
N0016414RJT80
 
Archive Date
2/24/2014
 
Point of Contact
Dan Seaman, Phone: 812-854-8296
 
E-Mail Address
andrew.seaman@navy.mil
(andrew.seaman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
14RJT80_syn 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. This pre-award synopsis for modified commercial items is prepared in accordance with the format in FAR Subpart 5.207. This requirement is a total Small Business set-aside in accordance with FAR 19.502-2 and only qualified offerors may submit offers in response to the forthcoming solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 336212 with a small business size standard of 500 employees. FAR reference for Brand Name or Equal is FAR 52.211-6 -- Brand Name or Equal Naval Surface Warfare Center Crane Division (NSWC Crane) intends to solicit and award a 5-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract to a single offeror for Brand Name Schutt Industries LTT-FE Trailers (2200701 Variant) or Equal and spare leveling jacks in accordance with the salient characteristics/Government Drawing 1100V90700. The anticipated award date is on or about March 03, 2014. The anticipated minimum/maximum ordering quantities of the trailers is 2/150 units (respectively) over the life of the contract. The anticipated minimum/maximum ordering quantities of the leveling jacks is 0/400 units (respectively) over the life of the contract. Deliveries shall be FOB destination to NSWC Crane Division, Crane Indiana 47421. SUMMARY OF REQUIREMENT: The LTT-FE Trailers (2200701 Variant) are to be incorporated into United States Marine Corps Ground Based Operations Surveillance Systems (G-BOSS) medium platform. The trailers are to be built to meet Government specifications and salient characteristics. DRAFT specifications and salient characteristics are attached to this synopsis and are intended for generating industry interest and to better define the requirement in the synopsis. The FINAL solicitation attachments, specifications, and salient characteristics will be posted to FedBizOpps at the same time the solicitation is posted. FedBizOpps may be accessed at http://www.fbo.gov. 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.sam.gov. Information about the JCP is located at http://www.dlis.dla.mil. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download the solicitation and attachments from the www site listed. All changes to the requirement that occur prior to the closing date will be posted to the FedBizOpps website. It is the responsibility of interested vendors to monitor 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 discussions and/or award. When solicited, all eligible and responsible sources may submit a proposal to the Point of Contact (POC) listed below which shall be considered by the agency. Please reference the above solicitation number when responding to this notice. Inquiries should be directed to Mr. Dan Seaman, Code CXPP via e-mail (preferred) at andrew.seaman@navy.mil or telephone 812-854-8296. Complete mailing address is: Commander, NSWC Crane, Attn: Dan Seaman Code CXPP, Bldg. 3422, 300 Highway 361, Crane IN 47522-5001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414RJT80/listing.html)
 
Record
SN03241638-W 20131128/131126234343-95383572717f28eeab60663bdee5a315 (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.