Inactive
Notice ID:N0016419RWM18
N0016419RWM18 - FABRICATION AND MANUFACTURING OF THE MK 36 DECOY LAUNCHING SYSTEM COMPONENTS - PSC 1055 - NAICS 332994 Anticipated Issue Date: 11 March 2019 - Closing Date: 12 April 2019 - Time 3:00 P...
N0016419RWM18 - FABRICATION AND MANUFACTURING OF THE MK 36 DECOY LAUNCHING SYSTEM COMPONENTS - PSC 1055 - NAICS 332994 Anticipated Issue Date: 11 March 2019 - Closing Date: 12 April 2019 - Time 3:00 PM EDT The Naval Surface Warfare Center (NSWC) Crane Division has a requirement for the procurement of fabrication and manufacturing of MK 36 Decoy Launching System (DLS) Components for use in MK36 DLS. This requirement will be for Foreign Military Sales (FMS) and will be built to print per the Government owned Technical Data Package (TDP) that will be provided with the solicitation. All drawings and documents contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD contractors only. Contractors must be properly registered in the System for Award Management (SAM) in order to receive the solicitation attachments. The Government intends to award a firm fixed priced, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five year ordering period. There are an estimated 11 DLS modification configurations that use between 12 to 19 components. It is Anticipated that the IDIQ quantities include a minimum of one modification configuration for one DLS and a maximum of $9.8M over the life of the contract. The Government intends to award to the responsible contractor whose offer represents the best value to the Government considering technical, past performance and price related factors. First article testing and approval will be required for any vendor that has not previously passed first article testing for this DLS TDP. Inspection and acceptance will be performed by a Government representative at FOB Origin. FOB destination delivery will be 15 months after receipt of the delivery order. The solicitation will utilize full and open competition. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. 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. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. All changes to the requirement will be posted to FedBizOpps. The solicitation will be available on or about 11 March 2019. It is the responsibility of the interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offers that provide a proposal will be provided any changes/amendments and considered for future discussion and /or award. No hard copies of the solicitation will be mailed. Offers must be submitted in the format specified in the solicitation. It is the responsibility of the offeror to submit offers to the Government Point of Contact (POC) at NSWC Crane. The POC for questions or inquiries should be directed to Alexia Yoo, Code 0243, telephone 812-854-8001, e-mail alexia.yoo@navy.mil. Reference the above solicitation number when responding to this notice.