Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

10 -- Gun Mounting Structures to install MK 38 MOD 2 Gun Mount Systems aboard Blocking Vessels

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N63394 160 Rochester Drive Louisville, KY
 
ZIP Code
00000
 
Solicitation Number
N6339407T0071
 
Response Due
8/29/2007
 
Archive Date
9/28/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice and using the simplified acquisition procedures in FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation N63394-07-T-0071 is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The contract type is Firm Fixed Price. This procurement is sole-sourced to BAE Systems Land & Armaments LP, Armament Systems Division, Minneapolis, MN. This agency has a requirement to procure Gun Mounting Structures (GMS) to install MK 38 MOD 2 Gun Mount Systems aboard four Blocking Vessels (BVs) in support of a Homeland Defense initiative to protect high value assets while in transit . Four each GMS are required in total to install four aft (2 port, 2 starboard) MK 38 MOD 2 MGS aboard four BVs. Two systems (1 port, 1 starboard) will be delivered for installation in Kings Bay Georgia and two in Bangor/Silverdale Washington. This acquisition is for hardware only, installation services are not included. The GMS are made up of COTS or altered COTS items in accordance with MK 38 MOD 2 Offshore Supply Vessel Integration Engineering Design Specification (E-8661). This document presides with BAE Systems in support of their funded design efforts. Each GMS is composed of one each gun foundation, modified standard freight container, HVAC unit, ready service locker, HAZMAT cabinet, workbench, storage cabinet, stairs, railings and two each M242 storage containers. The above Design Specification was derived from the MK 38 MOD 2 Machine Gun System Blocking Vessel Installation Design Requirements document that was jointly established and signed by the U.S. Coas t Guard and the U.S. Navy Strategic Systems Programs Office. Each of the GMS shall include the auxiliary equipment required for the maintenance and storage of the M242 Guns per the Design Specification. Included in this effort is the procurement and modifications to COTS items, engineering production support and the final assembly of the four Aft GMS for installation on the BVs. The contractor shall design and fabricate the GMS to BV interface foundations and shall provide an alignment plate to ensure proper alignment of those foundations during installation. Government Furnished Material (GFM) shall consist of Remote Operators Console Tables (four each), Gun Installation Hardware Kits, and W3 Cable material per Raychem part number EPD-RWG-19813. The contractor shall provide and install all connectors on the Government Furnished W3 cable. All GFM shall be provided at the installation sites. The provisions at FAR 52.212-1, Instructions to Offerors, Commercial Items applies to this acquisition. Offerors should pay particular attention to this clause. Offeror must include a complete copy of the provision at 52.212 3, Offeror Representations and Certifications ? Commercial Items, with his/her offer, and also at DFARS 252.212 7000, Offeror Representations and Certifications ? Commercial Items. The clause at FAR 52.212 4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The clause at FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional clauses cited within FAR clause 52.212 5 are applicable to this acquisition, and are hereby included By Reference: 52.203 6, 52.219 4, 52.219 8, 52.222 21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.225 3, 52.225 13, and 52.232 33. The clause at DFARS 252.212 7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional clauses cited within DFARS clause 252.212 7 001 are applicable to this acquisition, and are hereby included By Reference: 252.205 7000, 252.225 7001, 252.225 7012, 252.243 7002, and 252.247 7023. DFARS 252.204 7004, Required Central Contractor Registration, applies to this solicitation, therefore FAR clause 52.212 3 paragraph (b)(2), relating to TIN number, does not apply to this solicitation. DFARS 252.225 7000, Buy American Act ? Balance of Payments Program Certificate, applies to this solicitation. DFARS 252.225 7017, Prohibition on Award to Companies Owned by the People?s Republic of China, applies to this solicitation. FAR 52.219-9 Small Business Subcontracting Plan applies to this solicitation. Standard commercial warranty documentation shall be submitted. The Defense Priorities and Allocations System (DPAS) rating for this contract will be DO A5. Delivery for all GMS is required 7 months after award of contract. There is an anticipated contract award date of 27 September 2007. All GMS shall be shipped, using best commercial practice. Delivery for all GMS will be FOB Destination. Two GMS will be shipped to Strategic Weapons Facility Atlantic, 1050 USS Los Angeles Rd, Kings Bay, GA 31547; and two to Strategic Weapons Facility Pacific, 6401 Skipjack Circle, Silverdale, WA 98315 with all charges for shipping and transportation pre-paid, in accordance with the clause FAR 52.247 34 titled FOB DESTINATION (NOV 1991). Any questions resulting from this synopsis/solicitation must be received no later than six (6) days prior to the closing date. Questions should be addressed to Stephen Edington at stephen.edington@navy.mil. The NAICS code for this procurement is 332995 and the standard size is 500 employees. Offeror must be registered in Central Contractor Registration (CCR) and provide its Commercial and Government Entity (CAGE) Code. Award of a Firm Fixed Price type contract will be made on the determination that the offeror is responsive to the requirements of the solicit ation, responsible within the guidelines established in FAR 9.104, and that the price is determined to be fair and reasonable by the Contracting Officer. A written quotation and the above required information must be received at Naval Surface Warfare Center, Port Hueneme Division, Louisville Detachment, 160 Rochester Drive, Louisville, KY 40214-2681, Attn: Stephen Edington on or before 29 August 2007 at 1:00 PM Eastern Daylight Savings Time. Email quotations are acceptable. POC is Stephen Edington (502) 364-5191, email: stephen.edington@navy.mil. Note #22 applies to this procurement.
 
Record
SN01372492-W 20070816/070814222225 (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.