SOLICITATION NOTICE
61 -- BUILD-TO-PRINT CABLES/HARNESSES - CONTROLLED DOCUMENTS - 14RJN05_syn
- Notice Date
- 4/17/2014
- Notice Type
- Presolicitation
- NAICS
- 335931
— Current-Carrying Wiring Device 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
- N0016414RJN05
- Archive Date
- 8/18/2014
- Point of Contact
- Nicole E. Roudebush, Phone: 8128546102
- E-Mail Address
-
nicole.roudebush@navy.mil
(nicole.roudebush@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 14RJN05_syn This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. FBO is the single point of entry for posting of synopses and solicitations to the internet. The Naval Surface Warfare Center, Crane Division (NSWCC) intends to procure aircraft and ground subsystem build to print cables/harnesses in support of Fixed Forward Firing Weapons (FFFW), Torpedo Umbilical Cable (TUC), Sono Buoy Coil Multiplexer (SONOMUX) systems and other systems that are utilized on the UH-1, MH-60R and MH-60S helicopters. The Government anticipates that this procurement will culminate in the award of multiple Firm Fixed-Price (FFP), Five-year, Indefinite Delivery Indefinite Quantity (IDIQ) supply contracts. Drawings will be provided at time of the solicitation for pricing of repetitive, known requirements. Future emergent requirements that fall under the scope of the requirement may be purchased from a build-to-print line item that will be competed IAW FAR 16.5 when the requirement becomes known. The units procured under this requirement shall be manufactured IAW the Statement of Work (SOW), Technical Drawings, and Contract Data Requirements List (CDRLs DD1423) attached to solicitation number N00164-14-R-JN05. Delivery is required within 90 days after effective date of contract award, FOB destination, with inspection and acceptance performed at destination. This requirement will be issued competitively as a 100% small business set-aside and all responsible sources may submit an offer that will be considered. The Government intends to award to the responsible offeror(s) whose offer(s) is/are Lowest Price/Technically Acceptable (LPTA). Split awards may be made for known, repetitive requirements solicited. Offers that are non-compliant with any material requirement of the solicitation may be rejected without further consideration for award. Draft drawings are being provided with the issuance of the synopsis. Contractors are requested to provide any comments/questions concerning the draft requirements documents prior to the issue date of the solicitation. Offerors shall provide a quantity of one (1) product sample built IAW Drawing 3392AS2437. Sample products will be evaluated on a go/no-go basis. The go/no-go inspection criteria is provided as an attachment to the synopsis. The sample product must be in conformance to all specifications and standards outlined in the provided product sample drawing identified above. All requirements are detailed in the SOW attached to this synopsis and the forthcoming solicitation number N00164-14-R-JN05 to be posted on the FedBizOpps website at http://www.fbo.gov on or about 20 May 2014. To be eligible for award, contractors must be properly registered in the System for Award Management (SAM) via https://www.sam.gov. Offers may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 (1-334-206-7828 for international call) or via the internet at https://www.acquisition.gov. In accordance with FAR 4.1201, prospective contractors shall also complete electronic annual representations and certifications at ORCA accessed via https://www.acquisition.gov in conjunction with required registration in the SAM database. Offerors must also be registered and current in the Joint Certification Program (JCP) IAW FAR 4.11 in order to receive the solicitation attachments. Information about the JCP is located at http://www.dlis.dla.mil. All changes to the requirement that occur prior to the closing date will be posted to the FedBizOpps website as amendments to the solicitation. 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. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. The Government point of contact is Ms. Nicole Roudebush at telephone: 812-854-8756, Fax: 812-854-5095 or e-mail: nicole.roudebush@navy.mil. Complete mailing address is: Ms. Nicole Roudebush Code CXPP, 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/N0016414RJN05/listing.html)
- Record
- SN03342006-W 20140419/140417235500-2dbd33f32da995f395d319b28b5e575b (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 |