SOLICITATION NOTICE
K -- SMALL BUSINESS SET ASIDE - MK59 LAUNCH AND INFLATION CYLINDER REFURBISHMENT
- Notice Date
- 7/24/2018
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- 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
- N0016418RWM15
- Archive Date
- 11/8/2018
- Point of Contact
- Danielle Peter, Phone: 812-854-4510
- E-Mail Address
-
danielle.peter@navy.mil
(danielle.peter@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-18-R-WM15 - SMALL BUSINESS SET ASIDE - MK59 LAUNCH AND INFLATION CYLINDER REFURBISHMENT - PSC K020 NAICS 541380 Anticipated RFP Issue Date: 24 August 2018 Anticipated RFP Closing Date: 24 September 2018 Time 2:00PM EST Naval Surface Warfare Center (NSWC) Crane Division intends to enter into a five-year Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) supply contract for the hydrostatic testing and refilling of cylinders used in the MK59 system. The solicitation will utilize full and open competition procedures after exclusion of sources, set-aside for small business concerns in accordance with (IAW) FAR 6.203. The Government intends to award to the responsible offeror whose offer is determined to be the best value to the Government, considering technical, past performance and price related factors. The proposed competitive contract action is anticipated to be awarded under FAR part 15, Contracting by Negotiation. Delivery is required FOB Destination within 30 days of delivery order. Performance shall take place at the Contractor facility. The following is the anticipated award CLIN structure: CLIN 0001 External Cylinder Hydrostatic Testing CLIN 0002 External Cylinder Refilling CLIN 0003 Internal Cylinder Hydrostatic Testing CLIN 0004 Internal Cylinder Refilling CLIN 0005 Shipping The Government estimates that the IDIQ minimum will be a quantity of six (6) each and the IDIQ maximum will be quantity 330 each over the course of the five-year ordering period. The Statement of Work (SOW) is being provided in draft format as an attachment to this synopsis. This documents may change before issuance of the solicitation. Inspection and Acceptance is to be at destination with delivery F.O.B. Destination: NSWC Crane, IN 47522-5001. When the solicitation is available, all responsible parties may submit a proposal for this procurement which will be considered by the Government. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of the interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offeror's that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. To be eligible for award of a Government contract, contractors must be properly registered in the System for Awards Management (SAM). This site can be accessed at https://www.sam.gov, re-registration may be necessary. The PoC is Ms. Danielle Peter, at tel: 812-854-4510 or email: danielle.peter@navy.mil. Reference N00164-18-R-WM15 when responding to this effort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RWM15/listing.html)
- Record
- SN05004314-W 20180726/180724230909-ccb3a3051a4fce439a546580ee3f3716 (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 |