Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2012 FBO #3764
SOLICITATION NOTICE

93 -- Mine Resistant Ambush Protected (MRAP) Buffalo Vehicle Design, Fabrication, Test and Delivery of Transparent Armor Windows

Notice Date
3/13/2012
 
Notice Type
Presolicitation
 
NAICS
327215 — Glass Product Manufacturing Made of Purchased Glass
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133112R0013
 
Response Due
5/15/2012
 
Archive Date
9/30/2012
 
Point of Contact
Kayla Nelson 850-230-7072 or Jenetta Langston at 850-235-5362
 
E-Mail Address
kayla.m.nelson@navy.mil
(kayla.m.nelson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Surface Warfare Center, Panama City Division (NSWC PCD), Panama City, FL is soliciting proposals using full and open competition for upgrade of six (6) of the Transparent Armor (TA) windows of the A1 variant Mine Resistant Ambush Protected (MRAP) Buffalo vehicles with TA window assemblies incorporating enhanced performance characteristics and changing the glass style from the existing green-tinted glass to something similar to the śwater white ť glass on the A2 variant MRAP Buffalo vehicles. The existing window assemblies will be replaced by form-fit-function equivalent window assemblies incorporating enhanced performance characteristics. The use of full and open competition is based on the results of Sources Sought Announcement N61331-11-S-NQ03 published on FEDBIZOPPS in August 2011. The successful offeror will be required to deliver four First Article TA window assembly kits each consisting of the windshield (1), driver side (1), co-driver side (1), side crew (2), and rear door (1). The production TA window assemblies will be delivered in eighty-three (83) kits with six (6) TA window assemblies in each kit. The contract will have an option for an additional five (5) kits. All kits are to be delivered F.O.B. Destination. The TA window assemblies will be dimensioned in accordance with NSWC PCD drawing numbers 42508 and 42509. These drawings are distribution limited to DoD and U.S. DoD Contractors. A facility security clearance up to Secret is required of all offerors. The solicitation shall be UNCLASSIFIED however a classified reference document is required to propose. This document will be provided separately via secured means only to those U.S. DoD offerors with approved facility clearances. Requests for the drawings and the classified document must be submitted via e-mail to Contract Specialist Kayla Nelson at kayla.m.nelson@navy.mil. Requests must contain the vendors Contractor and Government Entity (CAGE) Code to be considered as potentially eligible to receive the controlled data. The vendor must have an active Central Contractor Registration (CCR) record and must have the corresponding Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.209-7001 & 252.209-7002 listed on the Online Representations and Certifications Application (ORCA) Record. The deadline to request the documents is no later than 10 days after issuance of the Request for Proposal. Note: The appropriate drawings and document are not available until the Request for Proposal has been issued. The resulting contract will be firm fixed price with a period of performance of a maximum of 330 days after contract award. The contract will be awarded on the basis of the lowest price technically acceptable offer. The successful offeror will either have or be required to provide within thirty (30) days after contract award certification from the United States Army Tank Automotive Research, Development and Engineering Center (TARDEC) for the formula of TA glass being provided under the contract. The Government reserves the right to conduct a pre-award survey of the offerors facilities to verify technical competence and production capability. NSWC PCD intends to release the Request for Proposals (RFP) on or about 13 April 2012. A pre-proposal inspection of the MRAP Buffalo vehicle that will be used for First Article fitment tests at NSWC PCD, Panama City, FL is scheduled for 0900 on or about 27 April 2012. All questions concerning the RFP shall be e-mailed to Contract Specialist Kayla Nelson at kayla.m.nelson@navy.mil no later than 7 days prior to the pre-proposal inspection. An additional question and answer period will be established after the pre-proposal inspection by an amendment to the RFP. The Government will only respond to written questions by an amendment to the RFP. All inspection attendees shall submit their visit request by emailing all attendees names, the company ™s security clearance, and Contractor and Government Entity (CAGE) code no later than 7 days prior to the pre-proposal inspection to Contract Specialist Kayla Nelson at kayla.m.nelson@navy.mil. NAICS Code 327215 applies. Small Business size standard is 500 employees. FSC 9340 applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b7226123e7c58cab126d2a8b670b35ae)
 
Record
SN02696020-W 20120315/120314000426-b7226123e7c58cab126d2a8b670b35ae (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.