MODIFICATION
81 -- MK 825 Mod 0 Shipping and Storage Containers - Draft SOW Revised
- Notice Date
- 11/24/2014
- Notice Type
- Modification/Amendment
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
- ZIP Code
- 20640-5115
- Solicitation Number
- N00174-14-R-0028
- Archive Date
- 9/15/2015
- Point of Contact
- Edward F. Rogan, Phone: 9737249277
- E-Mail Address
-
edward.rogan@navy.mil
(edward.rogan@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW Revised NSWC Indian Head Picatinny Detachment requires manufacture and delivery of MK 825 Mod 0 Shipping and Storage Containers. The expected contract vehicle referenced under this synopsis shall be a Firm Fixed Price (FFP) contract that will extend no longer than five years (60 months), if all options are exercised, from contract award. It will consist of one base year plus four option years. This requirement is considered 100 percent small business set-aside. The NAICS code is 332439. The Size Standard is 500 employees. The FSC code is 8145. This synopsis is for non-commercial supplies. If award goes to a company that has not previously qualified a MK 825 Mod 0 container they will be required to pass a First Article Assessment. The attached Statement of Work is included with this announcement. The upcoming solicitation number will be N00174-14-R-0028, and will be issued as a request for proposal (RFP). Proposals will be requested with the release of the solicitation. The MK 825 Mod 0 Shipping and Storage Containers shall be in accordance with the scope of the Statement of Work (SOW) issued by NSWC IHEODTD. Any offerors that are interested in this requirement may request copies of the applicable drawings by sending an email to edward.rogan@navy.mil. The Government intends to make a single award resulting from the solicitation to the responsible offeror whose offer conforming to the RFP will be the lowest price technically acceptable offer with acceptable past performance. All technical factors must be met to be considered acceptable. The following factors will be used to evaluate offers: (1) Technical Capability of the items and services offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative, or both; (2) Past Performance (see FAR 52.212-1(b)(10); and (3) Price. Copies of solicitation N00174-14-R-0028 will NOT be emailed, faxed, mailed or provided in person. These types of requests WILL NOT BE ACKNOWLEDGED. This synopsis is being posted to Federal Business Opportunities (FBO) page located at http://www.eps.gov. NOTE: Offerors are ineligible for award unless registered in DOD's System for Award Management (SAM at http://www.sam.gov). Information regarding registration and annual confirmation requirements is available at 1-866-606-8220 and http://www.sam.gov. Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS). The deadline to respond to this synopsis is 10 December 2014. The Contract Specialist must receive any and all questions concerning the RFP no later than 5 business days before the response date of this solicitation. No questions will be accepted after the close of the solicitation. Offers and inquiries may be submitted via electronic mail to edward.rogan@navy.mil or mailed to the attention of Eddie Rogan, Code A22P at NSWC Indian Head - Picatinny Detach, Building 61, Code 022ER, Picatinny Arsenal, NJ 07806-5000. It is the REGISTRANT'S responsibility to periodically check the FedBizOpps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-14-R-0028/listing.html)
- Record
- SN03581158-W 20141126/141124234916-0d1c4b6dddfb2b07080a38259dfccd33 (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 |