SOLICITATION NOTICE
63 -- PRODUCTION OF ADVANCED SENSORS AND SENSOR SYSTEMS - 15RJT84_syn
- Notice Date
- 3/4/2015
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- N0016415RJT84
- Archive Date
- 11/9/2015
- Point of Contact
- Jonathan Dickinson, Phone: 812-854-5417
- E-Mail Address
-
jonathan.dickinson@navy.mil
(jonathan.dickinson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 15RJT84_syn_att 15RJT84_syn N00164-15-R-JT84 - PRODUCTION OF ADVANCED SENSORS AND SENSOR SYSTEMS - FSC 6350 - NAICS 334511 Anticipated Issue Date: 10 AUG 2015 - Anticipated Closing Date: 23 SEP 2015 - 2:00 PM EST This solicitation is being posted to the Federal Business Opportunities (FBO) page located at https://www.fbo.gov/. FBO is the single point of entry for posting of synopses and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. COMPETITIVE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane has a requirement to award multiple, competitive, Indefinite-Delivery, Indefinite-Quantity, (IDIQ) Firm-Fixed-Price (FFP) and Cost Plus Fixed Fee (CPFF) contracts for the manufacture, assembly and test of advanced sensors and sensor systems in support of Intelligence, Surveillance, and Reconnaissance and Force Protection missions. The Contractor shall furnish all material, labor, supporting documentation, and technical support services for the production of the items, components, sub-systems, or systems as required by individual orders. The Government anticipates a one (1) year base with four (4) options for up to an additional four (4) years (if exercised) ordering period. The Contracting Officer will provide each awardee a fair opportunity to be considered for each order exceeding $3,000 issued under the multiple IDIQ contracts. The Contracting Officer will delineate with broad discretion the appropriate order placement procedures within the anticipated solicitation. If the order does not exceed the simplified acquisition threshold, the contracting officer need not contact each of the multiple awardees under the contract before selecting an order awardee if the contracting officer has information available to ensure that each awardee is provided a fair opportunity to be considered for each order. Individual orders will clearly describe the Government requirements for all supplies and incidental services to be delivered so the full cost or price for the performance of the work can be established when the order is placed. Orders shall be within the scope, issued within the ordering period, and be within the maximum total dollar value of all orders of $500 Million over a five-year period. The proposed contract action will use written solicitation procedures in accordance with FAR part 15 for the anticipated award of multiple competitive non-commercial contracts. The anticipated contract award date is first quarter Fiscal Year sixteen (FY16). All responsible sources may submit a proposal which shall be considered by the agency. The anticipated solicitation and attachments will be made available through Federal Business Opportunities (FBO). Set-aside. The proposed acquisition is a 100 percent small business program set-aside. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM 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. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. Special Notice: The Government is posting the draft Statement of Work, draft CNIN-L-0002 Proposal Requirements, and draft CNIN-M-0002 Best Value Evaluation for review and to receive responses from potential sources to further evaluate potential sources capabilities and ensure that adequate competition is achieved as a result of the subsequent solicitation. The Government request potential sources to submit responses to the point of contact listed herein no later than 08 April 2015. Note: This is only the draft statement of work and is subject to change. All changes that occur prior to the closing date will be posted to the FedBizOpps website. 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 point of contact at NSWC Crane is Mr. Jonathan Dickinson, Code 0231, at telephone 812 854 5417, Fax 812 854 5364 or e-mail: jonathan.dickinson@navy.mil. The mailing address is: Mr. Jonathan Dickinson, Code 0231, Bldg. 3373 Room 223C140, 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/N0016415RJT84/listing.html)
- Record
- SN03658670-W 20150306/150304235207-ade5fd503a62fe614d5bd2607d450af7 (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 |