Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

12 -- AN/SPA-25H Production & Services

Notice Date
7/18/2018
 
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 Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017818R5001
 
Archive Date
3/23/2018
 
Point of Contact
Kimberly L. Carter, Phone: 5406531794
 
E-Mail Address
kim.carter@navy.mil
(kim.carter@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia 22448-5110 intends to procure for CDSADN production of AN/SPA-25H Indicator Group hardware systems and components along with ancillary technical support services. AN/SPA-25H radar sensor equipment is the technical upgrade to AN/SPA-25G equipment which is the navigational and tactical display equipment used onboard naval vessels. CDSADN seeks to contract for the production of AN/SPA-25H Radar Indicator Group equipment and for related engineering and technical services associated with delivery and technical support of the purchased system equipment. The Contractor shall produce the following equipment: CLIN 0001 FFP AN/SPA-25H Consoles. CLIN 0002 FFP AN/SPA-25H Technical Refresh Kits. CLIN 0003 FFP AN/SPA-25H Installation and Check Out (INCO) Kits for established ship installation projects. CLIN 0004 FFP AN/SPA-25H Initial INCO Kits for new ship installation projects. Ancillary support services shall encompass the following tasking: (1) Conduct investigation of failed parts and report results and recommendations to the Government. (2) Conduct obsolescence reviews and investigations, and report results and recommendations to the Government. (3) Provide technical and engineering support services that aid Government high tempo AN/SPA-25H equipment installation efforts. Contract Type and NAICS/FSC: The Government plans to award a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. The Government contemplates a combination of Firm-Fixed-Price (FFP) CLINs, a Cost-Plus-Fixed-Fee (CPFF) level of effort CLIN, a Cost-only materials/other direct cost CLIN, and a Not Separately Priced deliverables CLIN. The NAICS Code for this requirement is 334511. The NAICS size standard is 1,250 employees. The FSC Code is 1285. An Organizational Conflict of Interest (OCI) clause as defined by FAR 9.505 will be included in the resultant RFP and contract. Period of Performance The resultant contract award will have a period of performance of five years. Competition Approach This requirement is currently designated as a Small Business Setaside. Incumbent This is a new requirement. There is no incumbent. Source Selection Procedures Best Value source selection procedures will be utilized. Written proposals will be evaluated in accordance with the Solicitation. Mandatory Requirements Offerors must meet all mandatory requirements or provide an acceptable plan to meet the requirements by time of award. In addition, all mandatory requirements must be maintained throughout the life of the contract. The mandatory requirements are as follows: Requirement 1: Manufacturing Facility Location. The manufacturing facility location must be within the continental United States. Requirement 2: Facility Clearance Level for Storage and Processing - SECRET. The Contractor must possess a facility cleared at the SECRET level for the purpose of hardware and information storage. Requirement 3: Personnel Clearance Level - SECRET. All personnel tasked to perform work on this contract must possess a minimum DoD industrial Security Clearance of SECRET. An interim SECRET clearance is acceptable. Industry Day An Industry Day was held on 3/2/2017 at the Combat Systems Direction Activity, Dam Neck, Auditorium - Room H201, 1922 Regulus Avenue, Virginia Beach, VA. As a result of the Industry Day proceedings, the Government evaluated input received from Industry, Government market research, Government technical experts, and Government contracting experts. The Government determined that this Procurement meets the requirements of a Small Business Setaside. Milestones The solicitation is estimated to be available on the FedBizOps website on or around the week of 7/23/2018 and will be open for approximately 30 days. Award is planned for 11/19/2018 with an estimated period of performance start date of 11/20/2018. Draft Statement of Work (SOW): A draft copy of the SOW is attached in FBO for potential offerors to review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017818R5001/listing.html)
 
Record
SN04996896-W 20180720/180718230950-1b275ea9c47827dc13cc8b9a1971320c (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  © 1994-2020, Loren Data Corp.