SOLICITATION NOTICE
58 -- CREW SERVED DAY/NIGHT WEAPON SIGHT - CONTROLLED DOCUMENTS - 15RJQ73_syn
- Notice Date
- 6/11/2015
- Notice Type
- Presolicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016415RJQ73
- Archive Date
- 10/26/2015
- 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
- 15RJQ73_syn N00164-15-R-JQ73 - CREW SERVED DAY/NIGHT WEAPON SIGHT - FSG 58 - NAICS 333314 Issue Date: 10 AUG 2015 - Closing Date: 09 SEP 2015 COMPETITIVE PROCUREMENT - Naval Surface Warfare Center (NSWC) Crane has a requirement to award multiple, competitive, Indefinite-Delivery, Indefinite-Quantity, (IDIQ) Firm-Fixed-Price (FFP) contracts for Phase I Preliminary Design Review, Critical Design Review, and two (2) Each prototypes of Crew Served Day/Night Weapon Sight (M2WS). If more than one (1) contract is awarded Phase II of the evaluation will be conducted, which includes a tradeoff process as defined in FAR 15.101-1 and a down select to one (1) vendor will be performed for the award of Phase II (option) line items. Phase II line items are anticipated to procure up to six (6) Each Low Rate Initial Production M2WS, approximately 1,000 Each Production M2WS within a five (5) year period, spare parts, and non-warranty failure analysis and repair of M2WS. The maximum total dollar value of the prospective contract is anticipated Not-to Exceed $49 Million over a five-year period across all contract awards. The M2WS is primarily for crew-served M2HB/M2A1.50 caliber Machine Gun on a MK93 weapon mount with rear and forward rail interface system to be used in day/night and reduced visibility conditions out to their maximum range. The M2WS will be used in support of operations by Naval Sea Systems Command (NAVSEA) and Navy Expeditionary Combat Command (NECC). 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 second 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). This procurement is not a 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. 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. Special Notice: The Government is posting the preliminary draft Statement of Work, preliminary draft Performance Specification, and Market Research Questionnaire 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 requests that potential sources identify any Government Furnish Property required for the design of the M2WS. The Government highly encourages potential sources to provide a response to the attached documents. The Government intends to use the information provided to refine the Government requirements. The Government request potential sources to submit responses to the point of contact listed herein no later than 18 June 2015. 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/N0016415RJQ73/listing.html)
- Record
- SN03761271-W 20150613/150611235112-c8c36d9c97b9838d53a269422e64c9ac (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 |