Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
SOLICITATION NOTICE

13 -- Line Spectrum Generator (LSG) Compensator

Notice Date
2/13/2018
 
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
N0025318R0003
 
Archive Date
12/31/2018
 
Point of Contact
Cynthia R. Harley, Phone: 3603153868
 
E-Mail Address
cindy.harley@navy.mil
(cindy.harley@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Undersea Warfare Center (NUWC), Division Keyport intends to issue a full and open competitive solicitation for the following non-commercial supply: Manufacture, test, and delivery of Line Spectrum Generator (LSG) Projector, Low Frequency in accordance with the Statement of Work, drawing 2819952-2 (Dash 2 only) Rev AN, Weapons Specification WS 16591B1 and all associated drawings, changes, specifications, and attachments. The resultant contract is anticipated to be awarded as a firm fixed price with first articles, a base quantity, and four (4) option quantities. Two First Articles will be required. The base quantity will be up to 15 units and the four (4) option quantities will be for up to twenty (20) units each. Contract Data Requirements List (CDRLs), which are not separately priced, will be required. Based on the results of Sources Sought Notice N0025317S9701, published on 6 July 2017 on FedBizOpps, in concurrence with the NUWC Keyport Deputy of Small Business, this procurement is not a small business set-aside. The applicable NAICS code for this requirement is 334511 with a small business size standard of 1,250 employees. The procurement will be solicited utilizing full and open competition. Offers shall be FOB Destination. It is anticipated that solicitation/Request for Proposal (RFP) number N0025318R0003 (synopsis previously posted as N0025317R0018) will be available for download on approximately 14 March 2018, unless a later date is stated in the solicitation, and will close approximately 30 days thereafter. A bidders list will not be maintained by this office. No telephone or fax requests for the RFP package will be accepted. This requirement is being issued 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 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 and selection of the successful contractor will be based on the lowest price, technically acceptable offer. Drawings referenced in the solicitation are restricted by the Arms Export Act and are ONLY available to vendor's/contractor's appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at ww.dlis.dla.mil/jcp/. Restricted drawings and technical information will be available through FedBizOpps as an attachment to the solicitation. All questions regarding this solicitation shall be submitted in writing no later than seven (7) days before the solicitation closing date. Questions received within seven (7) days of the solicitation closing date may not be entertained. Questions shall be submitted via e-mail to: Cindy.Harley@navy.mil. No paper copies will be accepted. Failure to respond to the RFP and associated amendments if applicable prior to the closing date and time established in the solicitation may render an offer non-responsive and result in rejection. Offerors are required to have a current registration in System for Award Management (SAM) website at http://www.sam.gov. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. Offerors are also advised that representations and certifications can be completed electronically via the SAM website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N0025318R0003/listing.html)
 
Record
SN04820772-W 20180215/180213231042-526c7298c397a6df1f8601d9434a744d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.