SOLICITATION NOTICE
58 -- SONAR Sounding Set Equipment
- Notice Date
- 8/18/2017
- 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, NUWC Keyport Division, 610 Dowell Street, Keyport, Washington, 98345-7610, United States
- ZIP Code
- 98345-7610
- Solicitation Number
- N00253-17-R-0011
- Point of Contact
- Anita Moosmiller,
- E-Mail Address
-
anita.moosmiller@navy.mil
(anita.moosmiller@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Undersea Warfare Center Division, Keyport (NUWC Keyport) intends to issue a solicitation of the following non-commercial supply: Sound Navigation and Ranging (SONAR) Sounding Set Equipment, which includes SONAR receiver-transmitter, receiver-transmitter mounting bracket, remote depth indicator(s), SONAR simulator (test set with cables), Naval Tactical Data System (NTDS)-A converter box, and associated technical documentation. Items shall be manufactured, tested, and delivered in accordance with the specifications and requirements identified in the Statement of Work (SOW) and all referenced/associated drawings, specifications, revisions, and attachments. The solicitation number for this requirement when issued will be N00253-17-R-0011. It is anticipated that the resultant contract will be a Firm-Fixed Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract. The applicable NAICS code for this requirement is 334541 with a small business size standard of 1250 employees. Based on market research, this requirement will be issued utilizing Full and Open competition. BASE REQUIREMENT: First Article Test: One (1) receiver-transmitter with mounting plate, one (1) remote depth indicator, one (1) NTDS-A Converter Box, Contract Data Requirements Lists (CDRLs), and associated travel for first article testing. First article delivery is anticipated 120 days After Date of Contract (ADC). The first article requirement may be waived for offerors who have previously manufactured and tested significantly identical equipment to the specifications identified in the SOW. Functional Test: Functionality test for receiver-transmitter, NTDS-A converter box, CDRLs, and associated travel for testing. Functional testing is anticipated 120 days ADC, or 90 days ADC if the first article requirement is waived. Production: Production units are to be delivered 90 days After First Article Test and Acceptance (AFATA), or 90 days ADC if the first article requirement is waived. Base year production requirements include the following: • SONAR Receiver-transmitter with mounting plate, minimum guarantee of three (3), maximum quantity (QTY) 51. • Remote depth indicator, minimum guarantee of nine (9), maximum QTY 153. • SONAR simulator, minimum guarantee of (3), maximum QTY 72. • NTDS-A Converter box, maximum QTY 15. • Optional Contract Line Item Number (CLIN) for familiarization training. • CDRLs OPTION PERIODS: This IDIQ requirement is anticipated to include three (3) option periods. Each option period will include the following potential quantities: • SONAR Receiver-transmitter with mounting plate, maximum QTY 53. • Remote depth indicator, maximum QTY 159. • SONAR simulator, maximum QTY 53. • NTDS-A Converter box, maximum QTY 10. • CDRLs Offers shall be FOB Destination to NUWC Keyport, WA 98345-7610. It is anticipated that the solicitation and specifications will be available for download on or around 02 October 2017. The closing date of the solicitation is anticipated to be 30 days after issuance of the solicitation package. The actual date and time will be identified in the solicitation. This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 15.101-2, supplemented with additional information included in the solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Offers will be evaluated on the basis of best value to the Government; that is, selection of the contractor is to be based on other than the lowest price, technically acceptable offer. Portions of this requirement may contain Foreign Military Sales. Drawings Referenced in this solicitation are restricted by the Arms Export Control Act and are ONLY available to vendor's/contractor's appointed data custodian that are registered with Defense Logistics Information Service (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at www.dlis.dla.mil/jcp/. Restricted Drawings and Technical Information will be are available through FedBizOpps as an attachment to this solicitation when it is released. The RFP will be available for download at http://www.fedbizopps.gov/. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from the website and to frequently monitor the site for any amendments to the RFP. A bidders list will not be maintained by this office. No telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of proposal may render a vendor's offer non-responsive and result in rejection of the same. Any questions must be submitted in writing via e-mail to anita.moosmiller@navy.mil. Provisions and clauses in effect through the latest Federal Acquisition Circulars will be included in the solicitation. Both Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations Supplement (DFARS) can be found at https://www.acquisition.gov/. Offerors are also advised that representations and certifications can be completed electronically via the System for Award Management (SAM) website at https://www.sam.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-17-R-0011/listing.html)
- Record
- SN04635619-W 20170820/170818231257-81129bcce040c05c4cb9b5f109df6b8b (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 |