Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOLICITATION NOTICE

58 -- SOLE SOURCE - Procurement of Hydrophone Housing (P/N 6029163-301), and Hydrophone Baffle Ring (P/N 6029156-301) - CONTROLLED DOCUMENTS

Notice Date
4/16/2018
 
Notice Type
Presolicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016418RGP47
 
Archive Date
7/25/2018
 
Point of Contact
Steven Junkins,
 
E-Mail Address
steven.junkins1@navy.mil
(steven.junkins1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N0016418RGP47 - SOLE SOURCE - Procurement of Hydrophone Housing (P/N 6029163-301), and Hydrophone Baffle Ring (P/N 6029156-301) - FSC 5845 - NAICS 332710 Anticipated Issue Date 17 MAY 2018 - Anticipated Closing Date 18 JUN 2018 - Time 02:00 PM EDT The Naval Surface Warfare Center, Crane Division has a requirement for TR-333 Hydrophone Housings (P/N 6029163-301), and Hydrophone Baffle Ring (P/N 6029156-301) used in the manufacture of US and UK hydrophones for the SP24 TRIDENT. They are to be used as replacement assets during normal refit/replenish/replacement operations. Housings and Baffle Rings can be delivered, along with production test and inspection data for each and shall generate and submit Certificates of Compliance to the government with each shipment of housings and baffle rings. For review of technical requirements, please see attached drawings 6029163 and 6029156. In order to access these drawings, vendors must be registered in the System for Award Management (SAM) and in the Joint Certification Program (JCP). More information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. NSWC Crane intends to enter into a five-year, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with Firm-Fixed Price line items to JSW Machine Inc., 501 S. Airport Street, Terre Haute, IN 47803-9705, Cage Code 0Y858, with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Delivery Terms are F.O.B. Destination. Inspection and Acceptance will be performed by the Government at destination. The contract will include CLIN 0001 Hydrophone Housing; CLIN 0002 Hydrophone Baffle Ring; CLIN 0003 FMS Hydrophone Housing; CLIN 0004 FMS Hydrophone Baffle Ring; and CLIN 0005 Data. For the five year ordering period the Government estimates a $150,000 contract minimum and a contract maximum of $2,000,000. The anticipated delivery schedule will be specified in the solicitation. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition to JSW Machine Inc. is to avoid over $3.6 million in cost duplication and prevent as much as two years unnecessary schedule impact. Interested persons may identify their interest and capability to respond to the requirement or submit a proposal. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received in response to this synopsis will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Contractor must be registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Contractors must also be properly registered in the Joint Certification Program (JCP) in order to receive the solicitation attachments. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx.The documents are limited distribution (Distribution C) and will not be made available unless approval is granted. Interested contractors must be registered in the JCP in order to receive access. The solicitation will not be available for download but may be made available upon request. Offers must be submitted in the format specified within the solicitation to be considered. It is the responsibility of the Offerors to request a copy of the solicitation and to submit offers to the POC at NSWC Crane to be considered. Submitting an offer electronically using any "Submit Bid" feature or other electronic means does not guarantee offers will be received by the proper person or in the correct format. It is the responsibility of interested vendors to monitor FedBizOpps 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. Closing date will be on or about 18 JUN 2018. POC: Mr. Steven L. Junkins (steven.junkins1@navy.mil), telephone (812) 854-8833. Complete mailing address is: Code 0221, Building 121, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RGP47/listing.html)
 
Record
SN04891320-W 20180418/180416231111-b22cedffb28c1513101699381fe726ba (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.