Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

59 -- This synopsis is for Government's intent to solicit and award up to two contract(s) for 3 types of Mounts (NSNs: 5975-01-188-8873, 5340-01-167-8297, and 5975-01-235-1962).

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-R-L203
 
Response Due
9/12/2006
 
Archive Date
11/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
*This is not a Solicitation! The United States Army Communications Electronics Lifecycle Management Command (C-E LCMC) intends to solicit and award up to two (2) Five-Year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) type contract(s) for the purchase of three types of Mounts (NSNs: 5975-01-188-8873, 5340-01-167-8297, and 5975-01-235-1962), performance of First Article Testing (FAT), EMI, Nuclear Survivability, and Tempest Testing. A 60/40 split between two contractors is planned, assuming the Government receiv es at least two acceptable proposals. The Government reserves the right to award to only one offeror. This Best Value acquisition will focus on Technical, Price, and Past Performance. The technical aspect is divided amongst Delivery Schedule/Surge Capability and Manufacturing and Performance/Operation. The following information provides total year data with range breakout. The specified ranges of the individual Mounting Bases and Resilient Mount will apply to all five (5) years of this contract as follows. Quantities may vary due to demand. NSN: 5975- 01-188-8873, A3013367-1 Electrical Mounting Base, Range A 1-250, Range B 251-500, Range C 501-1000, Range D 1001-5000, Range E 5001-10000, Range F 1000-11000; NSN: 6975-01-235-1962, A3014053-1 Electrical Mounting Base, Range A 1-250, Range B 251-500, Rang e C 501-1000, Range D 1001-5000, Range E 5001-10000, Range F 10001-15000, Range G 15001-20000, Range H 20001-25000, Range I 25001-30000, Range J 30001-35000, Range K 35001-40000; NSN: 5340-01-167-8297, SM-E-912525 General Resilient Mount, Range A 1-100, R ange B 101-250, Range C 251-500, Range D 501-1000, Range E 1001-1500. The Government is providing the following baseline schedules. If First Article Test (FAT) is required, the Electrical Mounting Bases (NSN: 5975-01-188-8873) shall be provided, within 270 days after contract award, at a rate of 300 each; then within 300 d ays after contract award, at a monthly rate of 920 per month thereafter until completion. IF FAT requirements are waived, the Electrical Mounting Bases (NSN: 5975-01-188-8873) shall be provided within 180 days after award, at a rate of 300 each; then with in 210 days after contract award, at a monthly rate of 920 per month thereafter until completion. If FAT is required, the Electrical Mounting Bases (NSN: 5975-01-235-1962) shall be provided, within 270 days after contract award, at a rate of 200 each for the first lot; then within 300 days after contract award, at a monthly rate of 3400 per month thereafter until completion. IF FAT requirements are waived, the Electrical Mounting Bases (NSN: 5975-01-235-1962) shall be provided within 180 days after award , at a rate of 200 each; then within 210 days after contract award, at a monthly rate of 3400 per month thereafter until completion. If FAT is required, the General Resilient Mounts (NSN: 5340-01-167-8297) shall be provided, within 270 days after contra ct award, at a rate of 30 each for the first lot; then within 300 days after contract award, at a monthly rate of 125 per month thereafter until completion. IF FAT requirements are waived, the General Resilient Mounts (NSN: 5340-01-167-8297) shall be prov ided within 180 days after award, at a rate of 30 each; then within 210 days after contract award, at a monthly rate of 125 per month thereafter until completion. FAT is required on the following listed items by all interested sources. If FAT is requir ed, a FAT plan and FAT report must be provided and approved by the Government prior to the manufacture and delivery of Electrical Mounting Bases and General Resilient Mounts. Improvement upon these baseline delivery schedules is encouraged and will be eva luated as part of the Best Value process. An accelerated delivery schedule of 25% upon the baseline delivery schedule will be required. This second delivery schedule will be in addition to the baseline delivery schedule, therefore resulting in t wo delivery schedules per NSN. The 25% delivery schedule will be issued at the discretion of the Government on a per delivery order basis. This 25% adjustment will be based upon the contractors proposed baseline delivery schedule. This procurement is a 100% Small Business Set-Aside. The North American Industry Classification Systems (NAICS) code is 335931 and the small business standard is 500 employees. Packaging will be in accordance with the Statement of Work (SOW) and any add itional provided specifications/ drawings. The shipments shall be FOB Destination with Inspection/ Acceptance at Origin. All parties interested in doing business with C-E LCMC are invited to access, operate, send, and receive information from the IBOP at https://abop.monmouth.army.mil. Please see the IBOP for drawings. See note: No. 1 *This is not a solicitation!
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01127734-W 20060830/060828221447 (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.