Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2015 FBO #4901
MODIFICATION

81 -- SHIPPING & STORAGE CONTAINERS - Amendment 1

Notice Date
4/24/2015
 
Notice Type
Modification/Amendment
 
NAICS
332439 — Other Metal Container Manufacturing
 
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
N0016415RJQ82
 
Archive Date
8/13/2015
 
Point of Contact
Diane Pearson, Phone: 812-854-5201
 
E-Mail Address
diane.pearson@navy.mil
(diane.pearson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis Amendment 0001: 15RJQ82_syn_0001 SYNOPSIS AMENDMENT 0001: This request for information is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. AMENDMENT 0001: The Government is seeking responses from industry with regard to the feasibility for requiring the following product sample to be provided with offerors' proposals: Quantity 1 each handle assembly IAW specification 85000778 along with a DI-NDT080809B Test Inspection Report. The Government plans to award multiple five-year IDIQ contracts for Shipping and Storage Containers to be manufactured in accordance with specifications. If determined to be advantageous to the Government, split awards could result. The requirement includes two types of containers to include Target Sight System (TSS) and Multi-Spectral Targeting System (MTS). The MTS consists of two types of containers to include Hardigg/Pelican and complex build-to-print; the TSS consists of complex build-to print. For the complex containers, it is anticipated that the source selection process will be lowest-priced technically acceptable. For the Hardigg/Pelican MTS containers, it is anticipated that a best value process will be utilized to include past performance for same / similar items and price, with past performance being significantly more important than price. In order to expedite delivery, it is anticipated that several priced contracts will be awarded utilizing the source selection processes above, and two contracts will be placed with the contractors offering the overall lowest prices. In the event that quality and/or schedule becomes unacceptable, when subsequent orders are required, the Government reserves the right to place orders with the next overall low priced contractor. It is also anticipated that unpriced contracts will be awarded. As requirements for new containers arise, requirements will be competed amongst all multiple contract awardees in accordance with FAR 16.505. The estimated minimum amount will be $1,000 and the maximum will be $7,000,000. The total dollar value of all orders will not exceed $7,000,000 over a five-year period. The requirement is a 100% small business set-aside. It is anticipated that initial inspection will be made by DCMA at the contractor's facility and final inspection and acceptance will be made at destination. Shipping will be required FoB destination. Three DRAFT Statements of Work and specifications are posted to FBO along with this synopsis. Interested offerors are requested to review the draft documents and provide any comments/questions to Ms. Diane Pearson prior to the anticipated solicitation issue date. The solicitation is expected to be issued on or about 7 May 2015 and is expected to close on or about 29 June 2015. It is the responsibility of interested vendors to monitor the FBO website for amendments that may be issued to the solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Solicitations may be downloaded from the website listed above. No hard copies of the solicitation will be mailed. Offers must be submitted in the format specified in the solicitation. Government point of contact is Ms. Diane Pearson, Code 023, telephone 812-854-5201 or e-mail diane.pearson@navy.mil (preferred). Complete mailing address is Commander, NSWC Crane Division; ATTN: Diane Pearson; Code 023, Bldg 3373, 300 Highway 361, Crane, IN 47522-5001. Please refer to solicitation number N00164-15-R-JQ82 when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415RJQ82/listing.html)
 
Record
SN03710134-W 20150426/150424234729-8acce811e0f38d3a319b2550e68bf693 (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.