Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2015 FBO #4928
MODIFICATION

16 -- Cybernetic Parachute Release System (CYPRES-2) Automatic Activation Devices (AAD)

Notice Date
5/21/2015
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division, Code B32, 110 Vernon Ave, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-15-R-0018
 
Archive Date
6/4/2016
 
Point of Contact
Stuart K. Burman, Phone: 8506366035, Otis Nattiel,
 
E-Mail Address
stuart.burman@navy.mil, Otis.nattiel@navy.mil
(stuart.burman@navy.mil, Otis.nattiel@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment is to include a sources sought announcement pursuant to PGI 206.302-1(d). The Naval Surface Warfare Center, Panama City Division (NSWC PCD) is seeking information from potential vendors for supply of modified commercial off the shelf Cybernetic Parachute Release System (CYPRES-2) Automatic Activation Devices (AAD). CYPRES-II 1-Pin Military 2500' 29m/s QTY: 46 and CYPRES-2, 1-Pin Military 1500' 35m/s QTY: 370. Responses must include the following: (1) Describe capability of performance as related to draft SOW; (2) Provide name and address of firm; (3) Indicate size of business including average annual revenue for past three years, number of employees, and status: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUB-Zone, Veteran- Owned and/or Service-Disabled-Veteran-Owned Business; (4) Represent ownership including Country of Ownership, System for Award Management (SAM) information, and DUNS Number if available; (5) Include number of years in business; and (6) Provide two points of contact including: name, title, phone, fax, and e-mail address. There is no specific format or outline submittals must follow. Summaries should be no longer than 15 pages in length. All summaries should be emailed to Stuart Burman via e-mail to stuart.burman@navy.mil 4:00 PM Central Daylight Time, 5 June 2015. THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATION ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. IT IS NOT A GUARANTEE THAT A SOLICITATION WILL BE ISSUED. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. The information received will be used to determine whether small businesses, 8(a) business development participants, HuBZone small business concerns, service-disabled veteran-owned small business concerns, economically disadvantaged women-owned small business concerns, or women-owned small business concerns eligible under the Women-Owned Small Business Program are capable of providing the services outlined in the draft the Statement of Work. This Sources Sought announcement is in reference to the combined Synopsis/solicitation N61331-15-R-0018 posted on 12 May 2015. his is a combined synopsis/solicitation for modified commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is a sole source procurement for the items specified below. This procurement is being sought from SSK Industries (SSK), 1008 Monroe Road, Lebanon, OH, 45036. This announcement constitutes the only synopsis/solicitation; proposals are not being requested and a written solicitation will not be issued. The solicitation reference number N61331-15-R-0018 is issued as a Request for Proposal (RFP) for SSK. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. Offerors wishing to qualify their product must contact the Contract Specialist, Stuart Burman by email at stuart.burman@navy.mil by 1600 15 May 2015. Interested parties must include with their response, their CAGE code, and a brief synopsis of their product information. The North American Industry Classification System (NAICS) code is 334511 and the Federal Supply Code (FSC) is 1670. The small business size standard is 750 employees. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13. Anticipated delivery date is 180 days after date of award. This RFQ consists of the following Contract Line Item Number(s) (CLIN): CLIN 0001: CYPRES 2 AAD 1-Pin Military 2500' 29 m/s Part Number: AAD2C1M2529A Qty: 46 Each Place of Delivery: Receiving Officer, Naval Surface Warfare Center Panama City Division (NSWC PCD) 110 Vernon Avenue Panama City FL 32407 Acceptance: Receiving Officer, Naval Surface Warfare Center Panama City Division (NSWC PCD) 110 Vernon Avenue Panama City FL 32407 CLIN 0002: CYPRES 2 AAD 1-Pin Military 1500' 35 m/s Part Number: AAD2C1M1535A Qty: 370 Each Place of Delivery: Receiving Officer, Naval Surface Warfare Center Panama City Division (NSWC PCD) 110 Vernon Avenue Panama City FL 32407 Acceptance: Receiving Officer, Naval Surface Warfare Center Panama City Division (NSWC PCD) 110 Vernon Avenue Panama City FL 32407 Award will be based on an acceptable proposal at a fair and reasonable price. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-7 - System for Award Management 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Management Maintenance 52.204-19 - Incorporation by Reference of Representation and Certifications. 52.209-6 - Protecting the Government's Interest when Sub with Contractors debarred, Suspended 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items 52.212-4 - Contract Terms and Conditions-Commercial Items 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-25 - Affirmative Action Compliance 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-50 - Combat Trafficking Persons 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-2 - Service of Protest. 52.233-3 - Protest After Award 52.246-16 - Responsibility for Supplies 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A - System for Award Management 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015 - Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.211-7003 - Item Unique Identification and Valuation 252.225-7001 - Buy American and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7003 - Electronic Submission of Payment Request & Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instruction 252.232-7010 - Levies on Contract Payments (Dec 2006) 252.247-7023 - Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/250981cd835616ef7c85c5a6047059e3)
 
Record
SN03739254-W 20150523/150521235447-250981cd835616ef7c85c5a6047059e3 (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.