SOLICITATION NOTICE
12 -- CLIP-ON NIGHT VISION DEVICES
- Notice Date
- 8/29/2008
- Notice Type
- Presolicitation
- NAICS
- 332992
— Small Arms Ammunition 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
- N0016408RJN17
- Response Due
- 12/19/2008
- Archive Date
- 1/3/2009
- Point of Contact
- Stacy McAtee 812-854-1988<br />
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at www.fbo.gov and the Navy Electronic Commerce on line (NECO) site at www.neco.navy.mil and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/homepage.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 acquisition is for the procurement of the following Clip-on Night Vision Devices (CNVD). The CNVDs shall be in accordance with NSWC Performance Specification and Statement of Work. 1. Single Spectrum: a. Image Intensifier (CNVD-II) maximum est. quantity of 13,366 each. The Government will be seeking to award two or more contracts for CNVD's equal to or better than the baseline AN/PVS-24. b. Thermal (CNVD-T): The Government will be seeking to award contracts for: (1) CNVD-T equal to or better than baseline SU-232/PAS (max. est. qty. 4999 each); and (2) CNVD-T for long range applications with narrower field of view and higher resolution (max. est. qty. 4999 each). 2. Multi-Spectrum: Sensor Fusion (CNVD-SF) maximum est. quantity of 7,488 each. The Government will be seeking to award contracts at the following Sensor Fusion technology levels: a. Fusion overlay/direct view (max. est. qty. 3327 each); b. Fusion indirect view (max. est. qty. 2495 each); and c. Emerging technologies (max. est. qty. 1666 each). 3. Provisioning Items and Spare Parts: As applicable, contracts will include provision for provisioned items and spare parts. 4. RDT&E Services. All contracts will include provision for incidental RDT&E Services in accordance with NSWC Statement of Work. Contracts to be awarded will be five year indefinite-delivery indefinite-quantity (IDIQ) contracts. Minimum quantity for each IDIQ contract will be 15 EA. This requirement is being issued on a full and open competition basis. It is expected that offerors will be required to provide a written proposal, two (2) product samples and make an oral presentation. Product samples are to be delivered prior to the start of oral presentations. Government evaluation of samples is expected to result in award of multiple firm-fixed price IDIQ contract(s). Initial orders under these contracts will require contractors to deliver up to 60 EA limited test units (LTU) to support further Government Evaluations including Combat Experimentation (CE), Developmental Testing (DT) and Operational Testing (OT). Low Rate Initial Production (LRIP) and Production contractor selection will result from LTU evaluation. Government source selection decisions will be based on evaluation of product sampl! es/LTUs/LRIPs, written proposals, past performance and price. To be eligible for award, contractors must be registered in the Central Contractor Registry (CCR). The solicitation will be available on or about 30 September 2008 at the following address: http://www.crane.navy.mil/acquisition/homepage.htm. All changes to the requirement that occur prior to the closing date will be posted to the Crane website, FedBizOps, and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOps, 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". All responsible sources may submit an offer which will be considered by the Agency. Questions should be directed to Ms. Stacy McAtee, (812) 854-1988, fax (812) 854-5095 or via e-mail stacy.mcatee@navy.mil. Complete mailing address is Code 0562NS, Bldg. 3422, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d3434b81d36054ac4a1ba3e13d85b17b&tab=core&_cview=1)
- Record
- SN01655636-W 20080831/080829221621-d3434b81d36054ac4a1ba3e13d85b17b (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 |