SOLICITATION NOTICE
61 -- ROLLING ADMISSIONS - AIRCRAFT AND GROUND SUBSYSTEM BUILD-TO-PRINT CABLES/HARNESSES MULTIPLE AWARD CONTRACTS
- Notice Date
- 11/2/2016
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component 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
- N0016417RJN44
- Archive Date
- 3/24/2017
- Point of Contact
- John C. Roberts, Phone: 812-854-2433
- E-Mail Address
-
john.c.roberts3@navy.mil
(john.c.roberts3@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-17-R-JN44 - ROLLING ADMISSIONS - AIRCRAFT AND GROUND SUBSYSTEM BUILD-TO-PRINT CABLES/HARNESSES MULTIPLE AWARD CONTRACTS - FSC 6145 - NAICS 334419 Anticipated Issue Date 09 DEC 2016 - Anticipated Closing Date 07 FEB 2017 - 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 (NSWC) Crane Division is conducting a rolling admission per the terms and conditions of the Aircraft and Ground Subsystem Build-to-Print Cables/Harnesses Multiple Award Contracts which resulted from solicitation N00164-14-R-JN05. NSWC Crane has a need to expand the existing Multiple Award Contracts (MACs). This expansion is referred to as Rolling Admissions and takes place via the Rolling Admissions clause in the MAC contracts, preserving the local registered contractor base and business relationships while enhancing small business opportunities, including potential identification of additional set-aside categories. Rolling Admissions provides new industry partners the opportunity to participate. The purpose of this rolling admission is to expand the contractor base by awarding additional Indefinite-Delivery/Indefinite Quantity (IDIQ) prime contracts. Solicitation number N00164-17-R-JN44 will be firm-fixed price (FFP), with an ordering period through February 2020. This action is 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. Future emergent requirements that fall under the scope of the requirement will 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 Lists (CDRL DD1423s) attached to solicitation number N00164-17-R-JN44. 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 solicitation will require that 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 sample product must be in conformance to all specifications and standards outlined in the provided product sample drawing identified above. The Government intends to award to the responsible offeror(s) whose offer(s) meet(s) the go/no-go product sample evaluation, and is Lowest Price/Technically Acceptable (LPTA). Offers that are not compliant with any material requirement of the solicitation may be rejected without further consideration for award. All requirements will be detailed in the SOW and forthcoming solicitation number N00164-17-R-JN44 to be posted on the FedBizOpps website at http://fbo.gov on or about 09 DEC 2016. 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. All changes to the requirements 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 website 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 Mr. John C. Roberts, e-mail john.c.roberts3@navy.mil, 812-854-2433. The complete mailing address is: Mr. John C. Roberts Contract Specialist Naval Surface Warfare Center Crane Division, (NSWC Crane) Code 0232, Bldg. 3373 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/N0016417RJN44/listing.html)
- Record
- SN04318658-W 20161104/161102234455-9ea824b8e1bfa106a20596759bfd6a62 (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 |