Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOLICITATION NOTICE

13 -- Solicitation 57mm High Explosive-Point Detonating (HE-PD) Cartridge - (Draft)

Notice Date
5/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N0017418R0031
 
Archive Date
6/27/2018
 
Point of Contact
Robert G. Cook, Phone: 3017441034, Demetrius Green, Phone: 3017446626
 
E-Mail Address
robert.g.cook2@navy.mil, demetrius.green@navy.mil
(robert.g.cook2@navy.mil, demetrius.green@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawing Distro A ACV00561 Drawing Distro A 2645217 Drawing Distro A 12999545 Drawing Distro A 8794342 Drawing Distro A 7516334 Drawing Distro A 6214251 & 2645217 Special Packaging Instructions Scheduled Government Furnished Property Solicitation CDRLs A001-A024 Naval Surface Warfare Center, Indian Head Explosive Ordnance Technology Division (NSWC IHEODTD) has a requirement for the manufacture, assembly, test, and delivery of 57mm High Explosive - Point Detonating (HE-PD) Cartridges. The 57mm HE-PD Cartridge is a 57mm/70, electrically-primed cartridge designed to function in the 57mm MK 110 Gun Mount (GM). The MK 110 GM is employed on the U.S. Navy (USN) Littoral Combat Ship (LCS) class and the U.S. Coast Guard Legend-class (WMSL) National Security Cutters. 57mm HE-PD Cartridges are intended for combating surface and ground targets. The cartridge consists of a high explosive projectile with the ability to point detonate, a brass cartridge case loaded with propellant charge, and an electric primer. The requirement is solicited on an unrestricted basis inviting full and open competition. Government First Article Testing will be required. This solicitation is for non-commercial services. The NAICS code is 325920. The Size Standard is 750 employees. The FSC code is 1310. The requirement was previously synopsized under presolicitation notice number N00174-18-R-0031, on April 19, 2018. The solicitation number is N00174-18-R-0031 and is issued as a request for proposal (RFP). All responsible sources may submit a proposal, which shall be considered by the agency. The Government intends to make a single award for a single-year, firm-fixed price contract as a result of this solicitation, to the responsible Offeror whose submission, which comply with the instructions and conform to the solicitation, will be the most advantageous BEST VALUE to the Government. Best Value will be determined based on an integrated assessment of the Qualitative Evaluation Factors and Sub-Factors and tradeoff process procedures. The following factors shall be used to evaluate the offers: (Factor 1) Technical; (Factor 2) Schedule; (Factor 3) Price; and (Factor 4) Past Performance. The Technical Factor 1 includes four Sub-Factors: (Sub-Factor 1) Production/Manufacturing; (Sub-Factor 2) Quality Assurance; (Sub-Factor 3) Testing Facilities and Capabilities; and (Sub-Factor 4) Management. The factors are listed in descending order of importance. All non-cost factors, when combined, are more important than cost; however, cost becomes the deciding factor of importance when Offerors receive similar ratings for the other factors. Factors 1, 2, and 4 will be used for a tradeoff process. Factor 3 will be pass/fail only. The Government intends to award the contract without holding discussions, but reserves the right to hold discussions at the Government's discretion if deemed necessary to obtain the best value for the Government. The Request for Proposal (RFP) is being posted to the Federal Business Opportunities website at http://fbo.gov. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. Paper copies of the solicitation, amendments, drawings and maps will not be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. Contractors must be properly 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. Failure to register in SAM makes an offeror ineligible for award of DoD contracts. Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS). This procurement includes drawings or technical documents assigned a restricted distribution statement and an export control warning. To receive the controlled technical data, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx Offerors are encouraged to apply for certification as early as possible in order for processing to be completed in sufficient time to prepare a proposal before solicitation closing. DoD Directive 5230.25. The deadline to respond to this solicitation is 4:00 pm, 12 June 2018. All technical/contractual questions must be submitted in writing to the Contract Specialist: Robert.g.cook2@navy.mil. In the email, please clearly indicate your company name, section and paragraph number of the RFP or specification as applicable. The Contract Specialist must receive any and all questions concerning the RFP no later than 5 business days before the response date of this solicitation. No questions will be accepted after the close of the solicitation. The mailing address is attention of Robert Cook, Code 022RC at NSWC Indian Head Explosive Ordnance Disposal Technology Division, Building 841, Code 022RC, Indian Head, MD 20640.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017418R0031/listing.html)
 
Record
SN04920210-W 20180513/180511231032-891ea1cac5d87f308095db6579386aaf (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.