Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2015 FBO #4921
SOLICITATION NOTICE

66 -- STATIONARY PENETRANT INSPECTION (SPI) SYSTEM

Notice Date
5/14/2015
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-15-R-0020
 
Point of Contact
William Waterhouse, Phone: 732-323-2243
 
E-Mail Address
william.waterhouse@navy.mil
(william.waterhouse@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division, Lakehurst intends to procure, on a full and open competitive basis, the Stationary Penetrant Inspection (SPI) System. The SPI System will be a modified commercial-off-the-shelf (COTS) system to replace the US Navy's legacy units. The SPI System will be a modular system, with increased tank sizes, capable of performing Type I, Post-Emulsifiable Hydrophilic (Method D) Penetrant Inspections and will be used at US Navy / US Marine Corp shore-based intermediate maintenance activities to inspect for surface defects on aircraft and support equipment components. The SPI System program shall meet the requirements of US Navy shore-based environments as well as all logistics documentation to support the US Navy's maintenance and training philosophy. The NAICS Code for this requirement is 334516 and the PSC is 6635. The Government anticipates the award of a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract for a maximum quantity of 50 each SPI System production units, with a minimum quantity of two (2) SPI System pilot production units (PPUs) to be purchased with the first Delivery Order. The PPUs shall be presented for contractor testing and inspection no later than 360 days after award of the first Delivery Order. After successful completion of contractor testing and subsequent government testing, evaluation and approval of the two (2) PPUs, the government plans to issue delivery orders for an additional 48 each of the SPI System production units over the two (2) year ordering period. The two (2) PPUs will be refurbished to fully-operational condition after completion of all testing to fulfill the maximum requirement for 50 each SPI System production units. Contract award will be contingent on evaluation of written proposals. Award will be made on a "Lowest Price, Technically-Acceptable" basis. Proposals received will be evaluated under the factors of Technical, Past Performance and Price. It is mandatory for Offerors to register with the System for Award Management (SAM) in order to conduct business with the US Government. To be considered for award, Offerors must have an "Active" status in SAM. Registration information is located at: https://www. sam.gov/ The solicitation will be posted on the FedBizOpps webpage on or about 29 May 2015. Hard copies of the solicitation and amendments will not be mailed. The applicable requirements documents will not be made available until after release of the solicitation. The Government will not accept proposals that are submitted via facsimile or electronically via e-mail. Hard copies of the solicitation and amendments will NOT be mailed to the Offerors. William Waterhouse, Contract Specialist, is the Primary Point of Contact for all questions and/or inquiries pertaining to this announcement. Contact information is listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-15-R-0020/listing.html)
 
Record
SN03731800-W 20150516/150514235644-8fb89cd64f4f7fbf73fa7ee3b3cda45c (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.