SOLICITATION NOTICE
58 -- SPARES, NON-WARRANTY REPAIR, REFURBISHMENT, UPGRADES, LOWEST REPLACEABLE UNIT (LRU), INSTALLATION KITS, CABLE KITS AND INDIVIDUAL CABLES FOR THE AN/KAX-1A, AN/VAS-8, AN/PAS-33, AN/PAS-24/24A, FLIR 280HD, SU-270, SU-271, RECON III IR, MARFLIR, SIRVSS, CCF
- Notice Date
- 1/14/2016
- 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 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016416RJQ99
- Archive Date
- 7/5/2016
- Point of Contact
- Rebecca Lingenfelter, Phone: (812) 854-5726
- E-Mail Address
-
rebecca.lingenfelter@navy.mil
(rebecca.lingenfelter@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-16-R-JQ99 - SPARES, NON-WARRANTY REPAIR, REFURBISHMENT, UPGRADES, LOWEST REPLACEABLE UNIT (LRU), INSTALLATION KITS, CABLE KITS AND INDIVIDUAL CABLES FOR THE AN/KAX-1A, AN/VAS-8, AN/PAS-33, AN/PAS-24/24A, FLIR 280HD, SU-270, SU-271, RECON III IR, MARFLIR, SIRVSS, CCFLIR, CCFLIR II, SEAFLIR, AND PB-EOS MARFLIR II SYSTEMS - FSC 5885 - NAICS 334511 Anticipated Issue Date: 04 APR 2016 - Anticipated Closing Date: 20 MAY 2016 - Time: 2:00 pm EST 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, Crane Division intends to enter into a Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with FLIR Surveillance, Inc., 25 Esquire Road N. Billerica MA 01862, CAGE: 3UVR3, in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This procurement effort is for Spares, Non-Warranty Repair, Refurbishment, Upgrades, Lowest Replaceable Unit (LRU), Installation Kits, Cable kits and Individual cables for the AN/KAX-1A, AN/VAS-8, AN/PAS-33, AN/PAS-24/24A, FLIR 280HD, SU-270, SU-271, FLIR Systems RECON III IR, MARFLIR, SIRVSS, CCFLIR, CCFLIR II, SEAFLIR, and PB-EOS MARFLIR II Systems). This will not be a Commercial acquisition in accordance with FAR Part 12. The proposed contract action is for supplies which the Government intends to solicit with only one source under authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for proposals. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received in response to this synopsis will normally not be considered solely for the purpose of determining whether to conduct a competitive procurement. The Naval Surface Warfare Center, Crane Division intends to issue a solicitation on a sole source basis for an anticipated Indefinite Delivery Indefinite Quantity (IDIQ) contract that will cover a five year ordering period. The Government intends to award a Firm-Fixed Priced (FFP), five (5) year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. This proposed procurement is for an anticipated minimum contract amount of $5K for Test, Teardown and Evaluation (TT&E) with an anticipated maximum contract Ceiling $49M. Turnaround time for the following MARFLIR, SIRVSS, CCFLIR, CCFLIR II, SEAFLIR, and PB-EOS MARFLIR II Systems repairs, Type I, SGA: 30 Calendar days, CEU: 20 Calendar days, HCU: 20 Calendar days, LCU: 20 Calendar days; Type II, SGA: 35 Calendar days, SPU: 35 Calendar days, CEU: 20 Calendar days, HCU: 20 Calendar days, LCU: 20 Calendar days, JCU: 20 Calendar days, CGC: 20 Calendar days, PCU: 20 Calendar days, DBA: 45 Calendar days, VDU: 45 Calendar days. Turnaround time for the following AN/KAX-1A, AN/VAS-8, AN/PAS-33, AN/PAS-24/24A, FLIR 280HD, SU-270, SU-271 repairs, Type I: 30 calendar days. Turnaround time for the RECON III IR: 35 calendar days. Delivery terms are F.O.B Destination, Inspection and Acceptance: Destination. Data deliverables are in accordance with Contract Data Requirements Lists, DD 1423's. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive controlled documents. 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. A formal solicitation will not be issued on www.fbo.gov. Interested parties may contact the POC below. No hard copies of the solicitation will be mailed. Questions or inquiries should be directed to Ms. Rebecca Lingenfelter, Code 0232, at telephone 812-854-5726, Fax 812-854-5364 or e-mail: rebecca.lingenfelter@navy.mil. Please reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416RJQ99/listing.html)
- Record
- SN03992845-W 20160116/160115083849-081b1cc84ba00e2d7e12a5083607beca (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 |