Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2014 FBO #4584
SOLICITATION NOTICE

49 -- SOLE SOURCE - STRATEGIC SYSTEMS PROGRAM’S (SSP) TRIDENT II D5 LIFE EXTENSION TEST SUPPORT REQUIREMENTS - 14RGP99_syn

Notice Date
6/11/2014
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016414RGP99
 
Archive Date
9/30/2014
 
Point of Contact
Amber Graves, Phone: 812-854-8539
 
E-Mail Address
amber.graves1@navy.mil
(amber.graves1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
14RGP99_syn This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. Naval Surface Warfare Center Crane Division has a requirement for test support requirements for Strategic Systems Program's (SSP) Trident II D5 Life Extension (D5LE). The types of supplies and services to be procured include, but are not limited to: two additional testers, spares, maintenance and repair services, instrument calibration, training, engineering, and configuration management, and program management. NSWC Crane intends to enter into a five-year, Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDQ) contract with Teradyne Incorporated, 700 Riverpark Drive, North Reading, MA, CAGE Code 23350 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. Delivery Terms are FOB Destination with Inspection and Acceptance at Destination. The Contract Minimum consists of one High Availability Support Agreement (HASA) with a maximum of $12.5M. 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 in response to this synopsis will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A formal solicitation will not be issued. Interested parties may contact the POC below. No hard copies of the solicitation will be mailed. To be eligible for award, the contractor must be properly registered in the Government System for Award Management database (SAM) and the Joint Certification Program (JCP). The guidelines for registration in the JCP can be found at the following web link: http://www.dlis.dla.mil/JCP/Default.aspx. Information on SAM registration and annual confirmation requirements can be found by calling 1-866-606-8220 or via the internet at www.sam.gov. Government point of contact is Ms. Amber Graves, Code CXNM, telephone 812-854-8539, or e-mail amber.graves1@navy.mil (preferred). Please refer to the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414RGP99/listing.html)
 
Record
SN03392703-W 20140613/140611235812-74539ac5e5894d7a570b93e94c02c485 (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.