Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2012 FBO #3725
DOCUMENT

13 -- SOLE SOURCE - BRU-65 EJECTOR RACK ASSEMBLY AND ENGINEERING SERVICES - Attachment

Notice Date
2/3/2012
 
Notice Type
Attachment
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412RJN26
 
Response Due
4/2/2012
 
Archive Date
5/17/2012
 
Point of Contact
Kristina Wagoner 812-854-3990 Ms. Kristina Wagoner, 812-854-3990
 
Small Business Set-Aside
N/A
 
Description
This solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. The Government intends to enter into a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract with ALKAN, Rue du 8 Mai 1945, Valenton, France, CAGE F0554, in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This proposed procurement is for BRU-65 Ejector Rack Assemblies for the MH-60S Helicopter Platform. Engineering Services are also required to assist the Government in the sustainment of BRU-65 units. The Release Unit is a critical equipment item in support of the MH-60 Surface Warfare Mission. This acquisition is under North American Industry Classification System code (NAICS) 332995 - Other Ordnance and Accessories Manufacturing. The anticipated IDIQ contract award maximum is estimated to be $5,000,000.00. Solicitation will be issued for an anticipated Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract that will cover a five year ordering period. Delivery terms for supplies are 1 year after effective date of order with F.O.B at destination, delivery terms for services will be determined in each order. Inspection is at origin and acceptance is at destination. This is a non-commercial acquisition and the final contract award decision will be based upon a fair and reasonable price determination. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. A sole source procurement is required to meet program requirements and delivery schedules. The Government does not own the rights to these items and must procure them from the Original Equipment Manufacturer (OEM). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In accordance with FAR 4.1201, prospective contractors shall also complete electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov in conjunction with required registration in the CCR database. To be eligible for award, contractors must be registered in the Central Contractor Registry (CCR) in accordance with FAR 4.11. Information on registration in the CCR may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps and NECO websites. It is the responsibility of interested vendors to monitor FedBizOpps and/or NECO websites 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. POC: Kristina Wagoner, Code CXMLNC, at telephone 812-854-3990, Fax 812-854-5095 or e-mail: kristina.wagoner@navy.mil. Complete mailing address is: Ms. Kristina Wagoner, Code CXML, Bldg. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RJN26/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412RJN26_12RJN26_syn.doc (https://www.neco.navy.mil/synopsis_file/N0016412RJN26_12RJN26_syn.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RJN26_12RJN26_syn.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02667769-W 20120205/120203234857-3b356038de48c2f877b6e0198264ed11 (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.