Inactive
Notice ID:N0010421RK073
LAT, and CDRLS are FOB Destination. Deliverable items are FOB Origin. Delivery Schedule: TBP in solicitation. 0001, DODIC JN92, NSN 1377-01-680-5367, JAU-93/A Initiator, QTY 400 EA 0002, DODIC JN93, N...
LAT, and CDRLS are FOB Destination. Deliverable items are FOB Origin. Delivery Schedule: TBP in solicitation. 0001, DODIC JN92, NSN 1377-01-680-5367, JAU-93/A Initiator, QTY 400 EA 0002, DODIC JN93, NSN 1377-01-680-5379, JAU-94/A Initiator, QTY 200 EA 0003, DODIC JN97, NSN 1377-01-680-5664, JAU-100/A Initiator, QTY 100 EA 0004, DODIC JP06, NSN 1377-01-685-8995, .85 SEC Digital inline timer, QTY 13 EA 100% OPTION for each CLIN. Paper copies of the solicitation will not be provided by the Navy. Production lot testing, contractor data requirements list, FOB origin and destination apply. Except as modified or amplified in the RFP this item contains explosives and a pre-award safety survey will be required. DFARS 252.223-7002, Safety Precautions for Ammunition and Explosives applies. Acquisition contains explosive ordnance items which require special security, safety and transportation clauses, which may be found in Section I. The solicitation will be available no earlier than the response date for this synopsis. A full technical data package is not available. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. However, all responsible sources may submit a capability statement with an offer, that if received in a timely manner, will be considered. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice.