SOLICITATION NOTICE
70 -- Automatic Data Processing Equipment
- Notice Date
- 1/8/2014
- Notice Type
- Presolicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N00178-14-R-3011
- Archive Date
- 12/31/2014
- Point of Contact
- THERESA ASHTON-MOORE, Phone: 540-653-7038
- E-Mail Address
-
theresa.ashton-moore@navy.mil
(theresa.ashton-moore@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This Synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood the 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 the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to issue a competitive small business set-aside solicitation for Ship Self Defense System (SSDS) Mark 2 (Mk2) production hardware in support of NSWCDD, F Department. The SSDS Mk2 system includes hardware baselines identified as MOD 1D for the CVN 68 Class up to CVN 76; MOD 2D for LPD 17 Class; MOD 5C for LSD 41/49 Classes; and MOD 6C for CVN 78 Class. The draft Statement of Work (SOW) includes hardware production, assembly, configuration, alignment, integration, testing and shipping for the SSDS Mk2 system hardware; and delivery of specific electronic components as specified by the Government's Technical Data Packages (TDP's) consisting of mechanical, electrical and assembly drawings. The testing of the assembled hardware will be in accordance with Government provided Factory Qualification Test procedures; labeling of the assembled equipment hardware and parts with manufacturer serial numbers and Government assigned serial numbers as required, including Unique Identification (UID) information; packaging and crating of the hardware for shipment; and shipment to locations specified in individual delivery orders. Installation of the equipment aboard ship is not envisioned to be included in the SOW. The designs specified in the TDP will have already been proven by the Government to meet shipboard shock and vibration isolation, electromagnetic emission, airborne and structure borne noise, and other necessary qualifications before being included in a delivery order under the resultant contract. Requests for release of a TDP containing a representative drawing set will be restricted to current DoD and DoD contractors only. Each interested DoD contractor should currently hold an active Joint Certification Program (JCP) certification with the Logistics Information Service. Additional information regarding obtaining JCP certification can be found at: http://www.dlis.dla.mil/jcp. Along with the request to receive the technical data package, interested parties should also provide the company's CAGE Code, DUNS number or JCP Certification Number; and provide the DoD contract number for which the company currently holds an active DoD contract. Requests for TDP's should be submitted via email at: Theresa.ashton-moore@navy.mil not later than two weeks prior to the solicitation closing date and copies will not be provided until such time that the solicitation is released. The TDP's include data restricted by the Arms Export Control Act. The type of contract anticipated will be an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award, with Firm Fixed Price (FFP) delivery orders. The contract period of performance will be for a total of five years. Performance shall be at the contractor's site and the Naval Surface Warfare Center, Dam Neck, Virginia Beach, VA. The NAICS Code is: 334111. The NAICS size standard is 1,000 employees. The contractor's facility is required to be located within the continental United States. A Pre-Award Survey of the offeror's facility will be conducted prior to award of a contract. The anticipated solicitation issue date is January 31, 2014. The anticipated date for receipt of proposals is March 3, 2014. All responsible sources may submit a capability statement or proposal which shall be considered by the agency. Questions may be directed to: Theresa.ashton-moore@navy.mil or faxed to (540) 653-6810, Attn: CS40 - Theresa Ashton, or delivered to: NSWCDD, 17632 Dahlgren Rd. Building 183, Suite 106, Dahlgren, VA 22448-5100, Attn: CS40 - Theresa Ashton-Moore. NSWCDD Procurement Division has implemented Electronic Commerce (EC) in the acquisition area; therefore, this synopsis and any applicable amendments will be available on the World Wide Web at: http://www.nswc.navy.mil/supply. Hard copies WILL NOT be provided. Vendors should regularly access the NSWCDD Web Site to ensure that they have downloaded all amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N00178-14-R-3011/listing.html)
- Record
- SN03263348-W 20140110/140109001141-6516c13c0ea1415262571d7da87d89ce (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 |