SOLICITATION NOTICE
16 -- PROCUREMENT OF THE BUILD-TO-PRINT CUSTOM MILITARY CABLES IN SUPPORT OF THE ALE-47 SYSTEM
- Notice Date
- 8/9/2018
- Notice Type
- Presolicitation
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) 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
- N0016418RWR98
- Archive Date
- 12/10/2018
- Point of Contact
- Sydney Kail, Phone: 812-854-2446
- E-Mail Address
-
sydney.kail@navy.mil
(sydney.kail@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-18-R-WR98 - PROCUREMENT OF THE BUILD-TO-PRINT CUSTOM MILITARY CABLES IN SUPPORT OF THE ALE-47 SYSTEM - FSC 1680 - NAICS 334418 Anticipated Issue Date: 17 SEP 2018 - Anticipated Closing Date: 26 OCT 2018 - Time 4:00 PM EDT Naval Surface Warfare Center (NSWC) Crane Division has a requirement for the procurement of the production of build-to-print custom military cables in support of the ALE-47 system, Wiring Harness P/N 3738ASAS118-001 Revision C and The Ribbon Cable LCD P/N 3738AS125-001 Revision B. This is 100% set-aside for small business. The Government intends to award a firm fixed priced, indefinite delivery indefinite quantity (IDIQ) contract with a five year ordering period. Anticipated IDIQ quantities are a minimum of two units and a possibility of a maximum of 150 units during the term of the contract. The contractor shall manufacture the Wiring Harness and the Ribbon Cable as called out on each delivery order. The contractor is responsible to procure all parts, provide labor for assembly, and perform final testing to assure all cables meet quality standards and are in conformance with the Government drawings and Statement of Work. The requirement is build-to-print in accordance with the Government owned technical package. The anticipated CLIN structure is as follows: CLIN 0001: Wiring Harness P/N 3738ASAS118-001 Revision C in accordance with Government drawings and Statement of Work; Firm Fixed Price for each cable; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. CLIN 0002: The Ribbon Cable LCD P/N 3738AS125-001 Revision B in accordance with Government drawings and Statement of Work; Firm Fixed Price for each cable; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. The Government intends to award to the responsible contractor whose offer represents the best value to the Government considering technical, past performance, and price related factors. First article testing and approval may be required. Inspection and acceptance will be performed by a Government representative at FOB destination (Crane, IN 47522). FOB destination delivery will be 180 days after receipt of the delivery order. This competitive procurement will be processed in accordance with FAR Part 15. The solicitation will be available on or about 17 September 2018 with an anticipated award date during second quarter fiscal year 2019, FY19. The anticipated solicitation and attachments will be made available through FedBizOps in portable document format (PDF). No hard copies of the solicitation will be mailed. It is the responsibility of the interested vendors to monitor FedBizOpps for amendments that may be issued to the solicitation. For changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. For changes made after the closing date, only those offers that provide a proposal will be provided any changes/amendments and considered for future discussion and/or award. Offers must be submitted in the format specified in the solicitation. All drawings and documents contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD Contractors only. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. Contractors must be properly registered in the Joint Certification Program (JCP) in order to receive the controlled attachment. Contractors may obtain information on JCP via the Internet at http://www.dlis.dla.mil. It is the responsibility of the offeror to submit offers to the Government point of contact (POC) at NSWC Crane. The POC is Ms. Sydney Kail, code 0243, building 121, 300 Highway 361, Crane IN 47522-5000. Telephone 812-854-2446 or email: sydney.kail@navy.mil. Reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RWR98/listing.html)
- Record
- SN05028913-W 20180811/180809231111-8e023c788c57981149ba1ca69847ae97 (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 |