Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

J -- SOLE SOURCE - Spares, Repairs, and Engineering Services in Support of the MK 59 Passive Off-Board Decoy and Launching System (DLF3b

Notice Date
3/25/2020 9:48:43 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016418GWM05_0005
 
Response Due
6/15/2020 12:00:00 PM
 
Archive Date
07/30/2020
 
Point of Contact
Joseph M Johnson, Phone: 8128545965
 
E-Mail Address
joseph.m.johnson5@navy.mil
(joseph.m.johnson5@navy.mil)
 
Description
N0016418GWM05_0005 � SOLE SOURCE - Spares, Repairs, and Engineering Services in Support of the MK 59 Passive Off-Board Decoy and Launching System (DLF3b) � PSC J058 / 1055 � NAICS 334511 Anticipated Issue Date: 17 April 2020� Closing Date: 15 June 2020 � 3:00 P.M. EST THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER N0016418GWM05. Naval Surface Warfare Center (NSWC) Crane has a requirement in support of the MK59 Passive Off-Board Decoy and Launching System (DLF3b) system.� Requirements include spares, repairs and engineering services in support of the MK 59 Passive Off-Board Decoy and Launching System (DLF3b). The Government intends to enter into a Firm-Fixed-Price (FFP) Job Order (JO) under Basic Ordering Agreement (BOA) N0016418GWM05.� This will be the fifth JO under this BOA.� This BOA was awarded in February 2018 to Airborne Systems Ltd., Bridgend, United Kingdom, CAGE U1601 in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition based on a lack of sufficient technical data, restricted software rights, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The CLINs are as follows; CLINs 0001-0004 Recertification of MK 59 Decoys CLIN 0005 Tape Adhesive Double Sided, 25mm, RS468-425, CLIN 0006 Elastic Band 2�x1/4�, CLIN 0007 Tape Glass Cloth Adhesive 25mm Nat, CLIN 0008 Thread, Cotton Scarlet, CLIN 0009 Cord Para-aramid Natural, CLIN 0010 Adhesive, Alpha 132 Polyurethane Black, CLIN 0011 Shim Tension Collar, CLIN 0012 Seal, Front Cover, CLIN 0013 Gasket, Breech, 10 mm Thick Closed Cell Neoprene Sponge Sheet, CLIN 0014 VIEWING WINDOW COVER, CLIN 0015 1"" PSP Flexible Pipe, 440 mm Long Straight Femal BSP 90 Deg End Fittings and Ferrules in 316 Stainless Steel, CLIN 0016 Absorber, Impact, CLIN 0017 Rubber, Saddle Strap, CLIN 0018 Valve Handle, CLIN 0019 Double Male Adaptor, 1st End 1""BSP Cone to BS5200 x 2nd End 1"" NPT, CLIN 0020 External launch cylinder with valve assembly, CLIN 0021 External launch valve assembly, CLIN 0022 Internal inflation valve assembly, CLIN 0023 Microswitch (switch), CLIN 0024 Gasket Cover RFI (Item 3), CLIN 0025 Gasket Cover RFI (Item 4), CLIN 0026 Conduit Assembly Kopex, CLIN 0027 Harness, Gas Bottle, and CLIN 0028 EED with wire. The proposed procurement is under the North American Industry Classification System code (NAICS) 334511 � Countermeasure Sets (e.g., active countermeasures, jamming equipment) Manufacturing.� The FOB point shall be FOB destination: NSWC Crane.� Inspection and acceptance will be at destination.� Anticipated period of performance is 12 months from contract award and delivery dates will be established within the Job Order.� Data deliverables are in accordance with Contract Data Requirements Lists, DD 1423�s. 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. All changes that occur prior to the closing date will be posted to the BetaSAM website.� 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.� Questions or inquiries should be directed to Joseph M Johnson, Code 0243, e-mail: joseph.m.johnson5@navy.mil.� Please reference the above BOA and JO number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0e8ebf29e29646988c4552af2c13486e/view)
 
Record
SN05599793-F 20200327/200325230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.