Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
MODIFICATION

61 -- Motor Gear Assembly - Amendment 1

Notice Date
5/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-17-R-0008
 
Archive Date
6/23/2017
 
Point of Contact
Aaron D. Deich, Phone: 8506366159
 
E-Mail Address
aaron.deich@navy.mil
(aaron.deich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 to RFP N61331-17-R-0008 SYNOPSIS For: Motor Gear Assembly (MGA) REFERENCE: N61331-17-R-0008 Amendment 0001: 5/12/2017: Amendment 0001 is hereby incorporated into the RFP. Offerors shall sign and submit a copy of the amendment alongside their proposals. Amendment 0001 is posted as a attachment to the RFP. The closing date and time remains unchanged. Original RFP Posting 05/09/2017: The Naval Surface Warfare Center - Panama City Division (NSWC PCD) has a requirement for Motor Gear Assemblies (MGA) per the attached Statement of Work (SOW), Specifications and drawings. The resulting contract is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) supply type contract. The Government anticipates orders of no less than 151 units and no more than 1200 units per Delivery Order. The anticipated Contract maximum is 10 First Article (FA) units and 3000 Production units. Qualification and eligibility for any delivery orders for the production lot is contingent upon the contractor's successful completion of First Article Testing. The contract period of performance will be for five (5) years, One (1) Twelve (12)-month base period with 4 twelve month option periods. The Government anticipates a single award. The use of delivery orders will provide the flexibility necessary for different quantities depending on the availability of funds and end user needs. There is no incumbent on this effort. No Set-aside is being used. This is a FULL & OPEN competition procurement. The NAICS code is 333612. SBA Size Standard is 750 employees. FSC is 6105. The SOW, Specifications, and associated drawings are DISTRIBUTION STATEMENT D. To receive a copy of the SOW, Specifications and drawings, interested parties must be registered within the Joint Certification Program (JCP) and System for Award Management (SAM). Interested parties who are NOT registered within JCP and SAM will NOT receive a copy of the SOW, Specifications and drawings until registration is approved. The SOW, Specification and drawings are attached to this posting. If you encounter issues downloading the attachments then contact Aaron Deich at aaron.deich@navy.mil and provide your cage code. To be eligible for award, contractors must be properly registered in SAM via https://www.sam.gov. Offers may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 (1-334-206-7828 for international call) or via the internet at https://www.acquisition.gov. In accordance with FAR 4.1201, prospective contractors shall also complete electronic annual representations and certifications at accessed via https://www.acquisition.gov in conjunction with required registration in the SAM database. All changes to the requirement that occur prior to the closing date will be posted to the FBO website as amendments to the synopsis. It is the responsibility of interested vendors to monitor the FBO website for amendments that may be issued to this 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. Proposers should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT(S) WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms. RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the FBO site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. Offers shall be submitted no later than 8 June 2017 4:00PM CST via e-mail to aaron.deich@navy.mil Interested parties may submit comments, questions, or requests in writing to the Contract Specialist: Aaron Deich, Code 022, (850) 636-6159, or e-mail address aaron.deich@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1eac55e9173385a6c839bd93485ebe30)
 
Record
SN04506994-W 20170514/170512235105-1eac55e9173385a6c839bd93485ebe30 (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.