Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2005 FBO #1286
SOLICITATION NOTICE

13 -- Dual Mode Laser Guided Bomb retrofits

Notice Date
6/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-05-R-0091
 
Response Due
6/16/2005
 
Archive Date
7/1/2005
 
Description
The Naval Air Systems Command Conventional Strike Weapons Program Office (PMA-201) will be issuing a DRAFT Solicitation N00019-05-R-0091 for Industry comments. IT IS NOTED THIS IS A DRAFT SOLICITATION AND THAT NO FINAL DETERMINATION HAS BEEN MADE RELATIVE TO A SET ASIDE DETERMINATION. This draft solicitation is to procure Dual Mode Laser Guided Bomb retrofits (DMLGB) on a Best Value competitive basis. This solicitation has an estimated annual production rate of between 500 and 3,000 DMLGB retrofits per year. Offerors will be required to be qualified in accordance with the First Article Test provided in DMLGB Performance Specification PMA201-05-002, DMLGB Statement of Objectives (SOO) and Interface Control Document (ICD) PMA201-05-003. The Government shall require any potential offeror to have an approved First Article completed fifteen (15) months after Delivery Order issuance. The Government anticipates this solicitation to result in the award of a firm fixed price indefinite quantity/indefinite delivery contract in 2005 with a base and four (04) option years. All potential offerors must have a current Department of Defense (DOD) Confidential clearance to obtain the classified documents associated with this effort. Companies must officially request classified documents in writing through Mrs. Mary Brutkiewicz at: mary.brutkiewicz@navy.mil. This request must include the potential offerors company name, mailing address, current security authorization, point of contact, phone number and cage code. NOTE: On or about 06 June 2005 the DRAFT solicitation may be obtained at the following website: www.navair.navy.mil under ?Business Opportunities? under N00019-05-R-0091. At this time, the Draft Solicitation will be comprised of Sections B through J and various attachments and exhibits. Other sections, revisions or attachments will be released as they become available. The Government will only release the solicitation/RFP, including any subsequent amendments, over the Internet. No telephone requests for the solicitation will be accepted, no written requests will be accepted and no hard copies will be mailed. After the DRAFT solicitation release, vendors should regularly access the website to ensure they have all amendments. A full and open competition is anticipated for this acquisition utilizing the Best Value approach to select the most advantageous offer based on both non-cost/price related factors as well as cost/price factors. The Government anticipates evaluating the offers based on technical, management, experience, past performance and cost/price related factors. These potential areas of interest are not listed in any order of preference. In addition to comments in regard to the DRAFT solicitation and performance requirement, the Government welcomes any comments and recommendation in regards to evaluation criteria and areas of interest in regards to this DRAFT solicitation. Comments, questions and recommendations are due by 10 June 2005, 3:00PM Eastern Standard Time so they may be evaluated and incorporated, as necessary, into the final solicitation. INPORTANT INFORMATION: Registration in the DOD Central Contractor Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at http://www.ccr.gov/index.cfm. Written recommendations, comments and questions regarding this DRAFT solicitation shall be submitted to the following: mary.brutkiewicz@navy.mil or at Naval Air Systems Command, 47123 Buse Road, Bldg 2272, Suite 453, Attn: Mrs. Mary Brutkiewicz, AIR-2.4.4.3.8, Patuxent River, MD 20670-1547. THIS SYSNOPSIS IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the government to solicit for or award a competitive contract.
 
Place of Performance
Address: TBD
 
Record
SN00821078-W 20050604/050602235049 (fbodaily.com)
 
Source
FedBizOpps.gov 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.