Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOLICITATION NOTICE

25 -- USMC CREW Armor Kit Parts Set

Notice Date
1/30/2009
 
Notice Type
Presolicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-09-R-0021
 
Response Due
3/19/2009
 
Archive Date
4/18/2009
 
Point of Contact
Point of Contact - Timothy A Wiand, Contract Specialist, 843-218-5167; Deborah McNeely, Contracting Officer, 843-218-5905<br />
 
Small Business Set-Aside
N/A
 
Description
This was previously listed as Chameleon Armor Parts Kit. SPAWAR Systems Center Atlantic intends to issue a Request for Proposal (RFP)for an Indefinite Delivery-Indefinite Quantity, Firm Fixed Price (IDIQ) typecontract, which will include a base year plus a single one-year option. Thetotalpotential value of this procurement is $6,292,000.00. The IDIQ establishment is for the initial procurement of 300 USMC ChameleonArmor Parts Sets as described below: Armor Parts Sets consist of the following fourteen (14) parts: 07009A6002 (QTY 6 Per) Material shall be Steel, Carbon, ASTM A36 07009A6003 (QTY 4 Per) Material shall be Steel, Carbon, ASTM A36 07009A6004 (QTY 1 Per) Material shall be Steel, Armor Plate, Mil-A-12560,Class 1 07009A6005 (QTY 1 Per) Material shall be Steel, Armor Plate, Mil-A-12560,Class 1 07009A6006 (QTY 1 Per) Material shall be Steel, Armor Plate, Mil-A-12560,Class 1 07009A6007 (QTY 1 Per) Material shall be Steel, Armor Plate, Mil-A-12560,Class 1 07009A6009 (QTY 1 Per) Material shall be Steel, Armor Plate, Mil-A-12560,Class 1 07009A6010 (QTY 1 Per) Material shall be Steel, Carbon, ASTM A36 07009A6011 (QTY 1 Per) Material shall be Steel, Armor Plate, Mil-A-12560,Class 1 06017G1018-1 (QTY 19 Per) Material shall be Steel, CRES, ASTM A 240,Condition A, Finish 1 or 4 (Class 304, 304L, 316, 316L, 321, 347) or ASTM A276, Type 300 Series, Condition A, Hot or Cold Finished 07009A6008 (QTY 2 Per) Material shall be Steel, Cold Rolled, C1008/C1010 06017L3012-6 (QTY 1 Per) Material shall be AL Alloy, ASTM B211, Type 6061,Temper Optional or AL Alloy ASTM B211, Type 2024, Temper Optional or ALAlloy ASTM B211, Type 6063, Temper Optional or AL Alloy ASTM B211, Type7075, Temper Optional or AL Alloy ASTM A322, Type 5052 0r 6061, TemperOptional or AL Alloy ASTM A331, Type 5052 or 6061, Temper Optional or ALAlloy ASTM B209, Type 6061, Temper Optional or AL Alloy ASTM B209, Type2024, Temper Optional or AL Alloy B209, Type 5052, Temper Optional or ALAlloy B209, Type 7075, Temper Optional or AL Alloy B221, Type 6061, 2024,7075, 6063, Temper Optional or Steel, Carbon, ASTM A36 or Steel, Carbon AMS5046, Type 1 or 2, (1020 or 1025) 07009A6012 (QTY 4 Per) Material shall be A. Pin and Wire, Steel, C1010 withZinc Plate Finish or 300 series Stainless Steel with Passivated Finish, B.Lanyard, Galvanized Steel with Nylon Coating, C. Eyelet, Steel with Zinc Finish07009A6014 (QTY 4 Per) Material shall be A. Bumper, Rubber Black,Neoprene or EPDM, B. Stud, Steel with Zinc Plate Finish The contractor shall deliver the first one-hundred (100) sets within four weeksafter award ( 4 Weeks ARO) The contractor shall deliver the completed Armor Parts Sets in bulk, utilizingBest Commercial Pack (BCP) practices. The government will require first article inspection at contractors site andthegovernment retains the right to participate and or attend the first articleinspection. First Article Inspection Reports shall be delivered to thegovernmentwithin five (5) days of completion The anticipated size of an assembled Armor Kit will measure 40"L x 20"W x 8"H The government requests that the quotation be submitted with step ladderpricing. Step ladder pricing shall be in the following ranges: Range 1 (100-199 Sets)Range 2 (200-499 Sets)Range 3 (500-599 Sets)Range 4 (1000-1999 Sets)Range 5 (2000-2999 Sets)Range 6 (3000-3999 Sets) Any questions relating to this announcement are due 10 days from the datethis notice is published, and no later than 1400 (EST). It is anticipated thattheRFP will be available on or about 18 February 2009 on the SPAWAR E-CommerceWebsite: https://e-commerce.spawar.navy.mil. Each offeror is responsible formonitoring this site for the release of the RFP and any related amendments,subsequently downloading their own copy of the RFP and applicabledocuments. All responsible sources may submit a proposal, which shall beconsidered by the agency in response to this RFP. Respective offerors arerequired to supply the name and address of their company, a point of contactname, e-mail address and telephone number with their proposal. On-line RFPsare available 24 hours a day, seven days a week. No paper copies will beissued. No telephone inquiries for the RFP will be honored. It is theresponsibility of the recipient of this RFP to ensure that it and subsequentamendments have been received from the Internet in their entirety. SPAWARSystems Center, Atlantic bears no responsibility for data errors resultingfrom transmission or conversion process. Questions/comments are to bedirected to Mr. Timothy A. Wiand, Contract Negotiator, at telephone(843) 218-5167, fax (843) 218-5963, or e-mail addresstimothy.wiand@navy.mil. Technical questions about the SPAWAR E-Commerce Website should be directed to Ms. Robin Turner, (843) 218-4486. Incumbent Contractor information: This is a new procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aaa451315efc43ec7f5e5210d378110f&tab=core&_cview=1)
 
Record
SN01741887-W 20090201/090130221612-aaa451315efc43ec7f5e5210d378110f (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.