SOLICITATION NOTICE
81 -- FIXED SITE SHELTERS AND RECEIVER/TRANMITTER PODS
- Notice Date
- 3/2/2018
- Notice Type
- Presolicitation
- NAICS
- 332439
— Other Metal Container 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
- N0016418RWQ78
- Archive Date
- 6/18/2018
- Point of Contact
- Amber Graves, Phone: 812-854-8539
- E-Mail Address
-
amber.graves1@navy.mil
(amber.graves1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-18-R-WQ78 - FIXED SITE SHELTERS AND RECEIVER/TRANMITTER PODS - FSC 8145 - NAICS 332439 Anticipated Issue Date 26 MAR 2018 - Anticipated Closing Date 04 MAY 2018 - 2:00 PM EDT Naval Surface Warfare Center (NSWC), Crane Division intends to award a 5-year IDIQ contract for the procurement of Supplies and Services that are in support of U.S. Navy and U.S. Air Force AN/FLQ-4(V)1 Electronic Countermeasures Systems for Fixed Site Shelters. The Fixed Site Shelter consists of a modified Steel Dry Freight ISO Container. The Steel Dry Freight ISO Container acts as both a shipping & storage container and as the operational unit. In the shipping mode, the Steel Dry Freight ISO Container stores: (a) Antennas; (b) Antenna Masts with Accessory Kit and Grounding Kit and Grounding Spare Parts; (c) 5 KW Motor-Generator; (d) Auxiliary 55 Gallon Fuel Tank; (e) RF Coaxial Cable Reels; and (f) Receiver/Transmitter Pod with the AN/FLQ-14(V)1, Environmental Controller, AC/DC Converter and miscellaneous interconnecting cables. The Fixed site shelters come in three (3) variants. Each variant will be its own CLIN. Engineering Services will consist of the Contractor implementing Engineering Change Proposals, Class 1, approved by the Navy's Configuration Control Board and preparing Engineering Change Proposals, Class 2, to document changes to parts and assemblies caused by sub-contractor part obsolescence. Delivery is required within 365 days after effective date of contract award, F.O.B. Destination, with Inspection and Acceptance performed at Destination. First Article Testing (FAT) will be required. 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 Government intends to award to the responsible offeror whose offer constitutes the best value to the Government, considering technical, past performance, and price related factors. The solicitation attachments will be posted to the FBO website concurrently with the solicitation. Solicitation attachments will include a Statement of Work (SOW), Specifications, and Contract Requirements Data Lists (CDRLs) It is anticipated that this solicitation will result in a Firm Fixed Price (FFP)/Cost Plus Fixed Fee (CPFF) contract. The resulting contract will require the delivery of technical data in accordance Contract Data Requirements Lists (CDRLs) A001: A001 - Report Record of Meeting Post Award Conference, A002: A002 - Presentation Material, A0003: A003 - Report Record of Meeting In-Process Review, A004 - Corrosion Prevention and Control Plan, A005 - Suppliers Configuration Management Plan, A006 - Parts Management Plan, A007 - Report Study Services, A008 - Engineering Change Proposal Class 2, A009 - Test Plan, A010 - Test Procedure, A011 - Test Inspection Report, A012 - Report Record of Meeting Minutes FAT, A013 - Test Report Study Service - Cost Estimate, and A014 - Notice of Revision. In addition contractors must provide a written technical proposal/technical approach that shows their proposal meets the requirement of the technical data package. 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 https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. All changes that occur prior to the closing date will be posted to the FedBizOpps website. 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. No hard copies of the solicitation will be mailed. Offers must be submitted in the format specified by the solicitation. It is the responsibility of the offeror to submit offers to the POC at NSWC Crane Government point of contact is Amber Graves, Code 0242, telephone 812-854-8539, or e-mail amber.graves1@navy.mil. Complete mailing address is: NSWC Crane Division; ATTN: Amber Graves; Code 0242, Bldg 121; 300 Highway 361; Crane, IN 47522-5000. Please refer to the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RWQ78/listing.html)
- Record
- SN04841121-W 20180304/180302231308-ba152887bfeca13a17f57d1048ed8a5c (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 |