Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
MODIFICATION

20 -- DT-592D Hydrophones - Amendment 1

Notice Date
6/30/2016
 
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, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-R-1324
 
Archive Date
2/21/2017
 
Point of Contact
Alison Wicks,
 
E-Mail Address
alison.c.wicks@navy.mil
(alison.c.wicks@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N66604-16-R-1324 Amendment 0001 Request for Proposal (RFP)/Solicitation Amendment 0001: The purpose of this amendment is to clarify the requirements for requesting the Restricted Drawings and Classified Appendix. SEE ATTACHED RFP AMENDMENT 0001 FOR DETAILS. The proposal due date is hereby extended to 2:00PM EST on 9 August 2016. Request for Proposal (RFP)/Solicitation Posting: The Naval Undersea Warfare Center Division, Newport, RI intends to award a Firm Fixed Price, 5 year, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the design, fabrication, assembly, testing, inspection, packaging and delivery of First Article and Production DT-592D Hydrophones in accordance with the attached Request for Proposal N66604-16-R-1324. This procurement will be processed using FAR Part 15. The North American Industry Classification System (NAICS) Code is 334511. The Small Business Size Standard is 1,250 employees. This procurement is being solicited on an unrestricted basis as concurred with by the NUWCDIVNPT Office for Small Business Programs. The closing date for receipt of proposals is extended to 9 August 2016 at 2:00PM EST. Technical proposals are required. The Government intends to award to the eligible, responsible offeror whose offer represents the best value, considering cost/price, past performance, small business participation and technical factors. The specific evaluation criteria are oulined in the attached solicitation. All timely offers will be considered. The solicitation and any subsequent amendments will be posted to the FEDBIZOPPS.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for monitoring the site for any amendments. Offerors must be registered in System for Award Management (SAM) ( https://www.sam.gov/portal/public/SAM/ ) to be eligible for award. Instructions for registration are available at the website. NOTE: The technical specification drawings associated with this requirement are labeled Distribution D which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawings. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. To request the Distribution D documents send the information required in bullet 5 on page 2 of the attached RFP to alison.c.wicks@navy.mil In addition, a classified appendix forms part of this request for proposal. See pages 2 and 3 of the attached solicitation for instructions on requesting the classified appendix. NOTE: The Distribution D drawings and CIPS posted with the initial source sought announcement have been updated since they were posted. The updated documents must be requested as specified in bullet 5 on page 2 of the attached RFP. For information regarding this acquisition, contact Alison Wicks at Alison.C.Wicks@navy.mil. Synopsis/Pre-Solicitation Notice Posting: This procurement will be processed using FAR Part 15. The North American Industry Classification System (NAICS) Code is 334511. The Small Business Size Standard is 1,250 employees. This procurement is being solicited on an unrestricted basis as concurred with by the NUWCDIVNPT Office for Small Business Programs. Solicitation N66604-16-R-1324 is anticipated to be released on or around 03 June 2016. The closing date for receipt of proposals will be established in the solicitation. Technical proposals are required. The Government intends to award to the eligible, responsible offeror whose offer represents the best value, considering cost/price, past performance, small business participation and technical factors. The specific evaluation criteria will be outlined in the solicitation. All timely offers will be considered. The solicitation and any subsequent amendments will be posted to the FEDBIZOPPS.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for monitoring the site for any amendments. Offerors must be registered in System for Award Management (SAM) ( https://www.sam.gov/portal/public/SAM/ ) to be eligible for award. Instructions for registration are available at the website. NOTE : The technical specification drawings associated with this requirement are labeled Distribution D which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawings. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. See attached solicitation with instructions on requesting restricted documents. THE DOCUMENTS ATTACHED TO THE SOURCE SOUGHT AND SYNOPSIS ARE IN DRAFT FORM OR HAVE SINCE BEEN REVISED AND ARE NOT ATTACHED TO THE NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-R-1324/listing.html)
 
Record
SN04168202-W 20160702/160630235801-f69e1aa573e775674159775ee317c5b8 (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.