SOLICITATION NOTICE
58 -- Acoustic Device Countermeasure (ADC) MK 2 MOD 4 & MOD 5
- Notice Date
- 4/22/2015
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 610 Dowell Street, Keyport, Washington, 98345-7610, United States
- ZIP Code
- 98345-7610
- Solicitation Number
- N00253-15-R-0005
- Archive Date
- 9/22/2015
- Point of Contact
- Jamie Yourkoski, Phone: 3603153566
- E-Mail Address
-
jamie.yourkoski@navy.mil
(jamie.yourkoski@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Naval Undersea Warfare Center Division Keyport intends to issue a full and open competitive solicitation for the production of Acoustic Device Countermeasure (ADC) MK 2 MOD 4 / MOD 5 devices. The ADC MK 2 MOD 4 / MOD 5 devices are 3 inches in diameter, expendable countermeasure devices developed to provide U.S. naval vessels with the capability to counter torpedo threats. There are two variants. The ADC MK 2 MOD 4 is used on surface vessels and launched by hand. The ADC MK 2 MOD 5 is used on submarines and launched from the Internal Countermeasure Launcher (ICL), also known as the Signal Ejector. The Government contemplates award of a Firm-Fixed-Price (FFP) contract, with Cost-Plus-Fixed-Fee (CPFF) components for engineering services and Cost Reimbursement Contract Line Item Numbers. The requirements will consist of a base year and up to four (4) one year options to manufacture, assemble, inspect, test, package, and deliver the ADC MK 2 MOD 4 / MOD 5 production devices. Approximately a total of 3,505 MK 2 MOD 4 and 3,000 MK 2 MOD 5 devices will be procured. The RFP, N00253-15-R-0005 is expected to be released electronically on or around 5 August 2015. Once the RFP is released, vendors wishing an electronic copy may download it directly to their workstation on or after the issue date by accessing the following address: http://www.fbo.gov. The Prime Item Performance Specifications (PIPS) and other related files will be mailed only to those companies with a validated security clearance. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. All questions regarding this solicitation shall be submitted in writing no later than seven (7) days before the solicitation closing date. Questions received within seven (7) days of the solicitation closing date may not be entertained. Questions shall be submitted via e-mail to: Jamie.Yourkoski@navy.mil. No paper copies will be accepted. Failure to respond to this solicitation and associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. Offerors are also advised that these representations and certifications can be completed electronically via the System for Award Management website at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-15-R-0005/listing.html)
- Record
- SN03707088-W 20150424/150422234514-6b891f9aa0bab9cb1b5493b3b8db664b (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 |