Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

12 -- Transducer Array/Nose Shell Assemblies

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-15-R-1398
 
Point of Contact
Chester Swiszcz, Phone: 4018328409, Michael H Broomfield, Phone: 401-832-8469
 
E-Mail Address
chester.swiszcz@navy.mil, broomfieldmh@npt.nuwc.navy.mil
(chester.swiszcz@navy.mil, broomfieldmh@npt.nuwc.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Undersea Warfare Division, Newport (NUWCDIVNPT) intends to issue a Full and Open Competitive solicitation for the fabrication, assembly, test, inspection, packaging, and delivery of First Article and Production Transducer Array/Nose Shell Assemblies for the MK48 Heavyweight Torpedoes. This procurement will include 3 each first article units and four one year options for up to a total of 180 each production units. An option for up to 12,000 hours of engineering services will also be included. The resultant contract will be a five year contract expected to include Firm Fixed Price (FFP) First Article units and production units. Engineering and Technical Services will be procured on a Cost Plus Fixed Fee basis. The NAICS code for this procurement is 334419, size standard is 750 employees. Vendors wishing to obtain an electronic copy, via mailing a compact disc (CDs), of the Classified documents identified in Section 3.1 of the attached draft Statement of Work, may request it directly from the Contracting Officer at Michael.h.broomfield@navy.mil. No paper copies of the Classified documents will be issued. Contractors are required to be registered in the System for Award Management (SAM) prior to receiving the Classified documents. The contents of the Classified Addendum are classified CONFIDENTIAL and interested vendors are required to complete and submit the attached Material Request Form. Upon Government receipt of your request and prior to mailing a copy of the Classified documents, our Security Department will verify that your facilities are cleared up to the required classification level and have safeguarding capability. Only one copy of the classified CD/DVD will be distributed per company. "IMPORTANT: In order to be considered for contract award, each company must have a CONFIDENTIAL facility clearance by the time of contract award; however, all offerors must be able to receive classified portions of the solicitation up to the CONFIDENTIAL level and must be a United States (US) company or an independent US subsidiary during the procurement. However, foreign contractors may act as subcontractors to U.S. prime contractors." The RFP and related files listed under solicitation number N66604-15-R-1398 will be issued electronically. The RFP is expected to be issued in May 2015. In order to be considered for contract award, each company must have a CONFIDENTIAL facility clearance by the time of contract award. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as will be described in the solicitation. Vendors wishing an electronic copy may download it directly to their workstation on or after the date of issuance by accessing the following address via the internet site or URL: https://www.fbo.gov. The Government does not commit to providing a response to any comments or questions. The subsequent revision to any specification or RFP based on comments received remains solely at the Government's discretion. Access to the unclassified information involved in this RFP does not imply that foreign contractors can fully participate in this procurement. Should a foreign company choose to bid as a prime contractor, please notify the Contracting Officer identified below immediately. No further information can be released to a foreign entity until a favorable foreign disclosure decision is processed. If a foreign offeror decides to team with a U.S. prime contractor then the U.S. prime contractor must comply with the Department of State 22CFR Parts 120-130 and submit a request for an export license. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified below. This is not an RFP. This notice shall not be construed as a promise to contract or commitment of any kind. This information is subject to modification and in no way binds the Government to award a contract. The Government is not responsible for any cost incurred by industry in responding to this notice. Any questions regarding this synopsis should be directed to Chester Swiszcz, Contract Negotiator, by phone 401-832-8409 or via email at chester.swiszcz@navy.mil. Suppliers must be registered in the System for Award Management (SAM) database at web portal www.sam.gov. This web portal consolidates the capabilities of the Central Contract Registry (CCR) and Online Representations and Certifications (ORCA). Annual updates to suppliers' registration will be required. No Internet Quoting Service (IQS) or Electronic Bulletin Board (EBB) quotes will be accepted for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-15-R-1398/listing.html)
 
Record
SN03724218-W 20150509/150507235504-42e4673554727499691164b814db157e (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  © 1994-2020, Loren Data Corp.