Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2008 FBO #2336
SOLICITATION NOTICE

13 -- MK 150 MK 152 MOD 0 DELAY DETONATORS WITH IN LINE INITIATORS AND MK 153 MK 155 MOD 0 DUAL NON- ELECTRIC DETONATORS WITH IN-LINE INITIATORS

Notice Date
4/17/2008
 
Notice Type
Presolicitation
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016408RJM15
 
Response Due
6/19/2008
 
Point of Contact
MS. CYNTHIA DANT 812-854-2792
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/synopcom.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. This requirement is for a the procurement of MK 150, MK 151, and MK 152 MOD 0 Delay Detonators, manufactured in accordance with Automated Data List (ADL 53711-5355812B, 53711-5355813B, and 53711-5355814B and associated drawings, OES-DTL-0072B Detail Specification, Quality Assurance Provisions and Supplementary Quality Assurance Provision; MK 153, MK 154, and MK 155 MOD 0 Dual Non Electric Detonators with In-Line Initiators manufactured in accordance with (ADL) 53711-7350930B, 53711-7350932D, and 53711-7350933B and associated drawings, OES-DTL-0071B Detail Specification, Quality Assurance Provision and Supplementary Quality Assurance Provision. The anticipated Indefinite Delivery Indefinite Quantity contract will cover a 5-year ordering period in the following minimum/maximum production quantities: (1) MK 150 - minimum 0 each, maximum 25,000 each; (2) MK 151 - minimum 0 each, maximum 25,000 each; (3) MK 152 - minimum 0 each, maximum 15,000 each; (4) MK 153 - minimum 3,000,! maximum 24,960 each; (5) MK 154 - minimum 30,000 each, maximum 800,000 each; (6) MK 155 - minimum 3,000 each, maximum 25,000 each. The following applies to all items: First Article sample lot of 100 each is due within 180 days after contract award. The first production lot delivery will be due 180 days after First Article approval. The First Article units will not be delivered as part of the production quantity. First Article units may be waived if the contractor has made same or similar items accepted by the Government. Data deliverables are in accordance with Contract Data Requirements Lists, DD 1423s. Inspection and Acceptance shall be at Source. Delivery is required F.O.B. Origin. A safety survey of the successful offeror will be conducted prior to award to ensure compliance with DFAR clauses 252.223-7002 and 252-223-7003. To be eligible for award contractors must be registered in the Central Contractor Registry (CCR). The solicitation document contains inf! ormation that has been designated as Militarily Critical Technical Data. Only businesses that have completed DD form 2345, and are certified under the Joint Certification Program, are authorized to receive the package. This acquisition will be 100% Small Business Set-aside. All responsible small business sources will be considered. The Government intends to award to the responsible contractor whose offer is the best value to the Government, considering price and past performance related factors. The solicitation will be available on or about 19 May 2008 at the following address: http://www.crane.navy.mil/acquisition/synopcom.htm. All changes to the requirement that occur prior to the closing date will be posted as amendments to the Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes! /amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed and contact Cindy Dant, Code 0562NR via e-mail: cynthia.dant@navy.mil for a copy of the CD, which contains the technical data. The complete mailing address is: Ms. Cindy Dant, Code 0562NR, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. All responsible small business sources may submit a proposal, which shall be considered. Reference the above solicitation number when responding to this notice. Numbered Notes 1, 9 and 26 apply.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d50a4283f5aca23fe351f8e658ebce8&tab=core&_cview=1)
 
Record
SN01555924-W 20080419/080417215732-05e3ce4f6fe5cc5b3828c3b997d1afba (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.