MODIFICATION
61 -- Seawater Battery Assembly - Technical Data Package - Exhibit A - Past Performance Questionnaire - Solicitation 1
- Notice Date
- 11/8/2017
- Notice Type
- Modification/Amendment
- NAICS
- 335912
— Primary Battery 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-0012
- Response Due
- 12/8/2017 10:00:00 AM
- Archive Date
- 2/6/2018
- Point of Contact
- Christine M. Patterson, Phone: 360-315-0726
- E-Mail Address
-
christine.m.patters1@navy.mil
(christine.m.patters1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Attachment 2, Past Performance Questionnaire Exhibit A, Sequence A003 Exhibit A, Sequence A002 Exhibit A, Sequence A001 Naval Undersea Warfare Center, Division Keyport, intends to issue a non-commercial solicitation for Seawater Battery Assemblies, in accordance with Drawing 2526785, Assembly Level Baseline-Sequential, MIL-B-82439, Rev. A, Amend. 4 plus NORS: NUWC-K/6423/01R1, NOSC 3653/01, NOSC 3774/01, NOSC 3897/03, and all associated drawings, changes, and specifications. The anticipated contract will consist of 32 each First Article production units, a base quantity of 720 each, and four (4) option quantities of 644 each. Vendor periodic acceptance test samples will be required, based on lot samples as follows: 6 each for lot of 50-144, 12 each for lot of 151-288, 18 each for lot of 301-432, 24 each for lot of 451-576, and 30 each for lot of 601-720. Stepladder pricing, based on each lot size range previously identified, will be required. Proposals will be evaluated on the basis of lowest price, technically and past performance acceptable to the Government; that is, selection of the contractor is to be based on the establishment of minimum requirements to be evaluated on a "acceptable" or "unacceptable" basis. The solicitation number for this requirement, when issued, will be N00253-17-R-0012. It is anticipated that the resultant contract will be a firm-fixed price (FFP) contract. The applicable NAICS code for this requirement is 335912, with a small business size standard of 1,000 employees. The procurement will be solicited with full and open competition. The solicitation will be posted and will be available for download at https://www.fbo.gov/. Offerors wishing to submit a proposal are responsible for downloading their own copy of the Request for Proposal (RFP) from this 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 any associated amendments, prior to the date and time set for receipt of proposals, may render the vendor's offer non-responsive and result in rejection. Any questions must be submitted in writing via e-mail to the government point of contact listed on the solicitation. Restricted drawings and technical information are only available by accessing FedBizOpps. Registration instructions and a Vendor Guide Book can be found on the FedBizOpps homepage at https://www.fbo/gov. The drawings referenced in this solicitation are restricted by the Arms Export Control Act and are ONLY available to the vendor's or contractor's appointed data custodian who is registered with the DLIS (Defense Logistics Information Service) Joint Certification Program (JCP). Vendor's and contractor's data custodians who are not registered with the DLIS JCP may obtain registration information at www.dlis.dla.mil/jcp or by phone at 888-352-9333. The drawings for this solicitation will be posted to the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov once the solicitation has been posted. Offerors who have registered with FedBizOpps and DLIS JCP may access this data under solicitation number N00253-17-R-0012. 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 point of contact listed above, their interest and capability to satisfy the government's requirement with the commercial item within 15 days of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-17-R-0012/listing.html)
- Place of Performance
- Address: 610 Dowell Street, Keyport, Washington, 98345-7610, United States
- Zip Code: 98345-7610
- Zip Code: 98345-7610
- Record
- SN04735194-W 20171110/171108230908-0728e5b54455657a113b298bdf32763d (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 |