PROCUREMENT OF THE BUILD-TO-PRINT CUSTOM MILITARY CABLES IN SUPPORT OF THE ALE-47 SYSTEM
N00164-20-R-WR01- PROCUREMENT OF THE BUILD-TO-PRINT CUSTOM MILITARY CABLES IN SUPPORT OF THE ALE-47 SYSTEM - FSC 1680 - NAICS 332510 Anticipated Issue Date: 16 OCT 2019 - Anticipated Closing Date: 30 ... N00164-20-R-WR01- PROCUREMENT OF THE BUILD-TO-PRINT CUSTOM MILITARY CABLES IN SUPPORT OF THE ALE-47 SYSTEM - FSC 1680 - NAICS 332510 Anticipated Issue Date: 16 OCT 2019 - Anticipated Closing Date: 30 NOV 2019 - Time 4:00 PM EDT Naval Surface Warfare Center (NSWC) Crane Division has a requirement for the manufacture of ALE-47 Dispenser System components. The drawings for the Dispenser System components can be found in the controlled attached document (ALE-47 Drawings). Quantities will vary with each Delivery Order. This is 100% set-aside for small business. The Government intends to award a firm fixed priced, indefinite delivery indefinite quantity (IDIQ), Multiple Award Contract (MAC) with a five-year ordering period. Anticipated IDIQ quantities is First Article. If First Article is waved, the anticipated contract minimum is quantity five units with the maximum being the ceiling amount of $4,000,000.00. Anticipated minimum order quantities are five after First Article Testing is approved/accepted and the anticipated maximum order quantities are 300 after First Article Testing is approved. The contractor shall manufacture the CLINs as called out on each delivery order. The contractor is responsible to procure all parts, provide labor for assembly, and perform final testing to assure all items meet quality standards and are in conformance with the Government drawings and Statement of Work. The requirement is build-to-print in accordance with the Government owned technical package. The anticipated CLIN structure is as follows: CLIN 0001: First Article Testing, Dispenser, Countermeasures Chaff-Flare D-66 Housing (Qty 3 each) in accordance with Government drawing (3268AS500-001) and Statement of Work; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. CLIN 0002: First Article Testing, Dispenser, Countermeasures Chaff-Flare D-66 Bare Housing (Qty 2 each) in accordance with Government drawing (3268AS402-002) and Statement of Work; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. CLIN 0003: First Article Testing, Receptacle (Qty 32 each) in accordance with Government drawing (3268AS420) and Statement of Work; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. CLIN 0004: Dispenser, Countermeasures Chaff-Flare D-66 in accordance with Government drawing (3268AS500) and Statement of Work; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. CLIN 0005: Dispenser, Countermeasures Chaff-Flare D-67 in accordance with Government drawing (3646AS500) and Statement of Work; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. CLIN 0006: Cable Assembly in accordance with Government drawing (3268AS500) and Statement of Work; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. CLIN 0007: Cable Assembly in accordance with Government drawing (3646AS414) and Statement of Work; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. CLIN 0008: Connector, 48 Contact accordance with Government drawing (3268AS403) and Statement of Work; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. CLIN 0009: Receptacle in accordance with Government drawing (3268AS420) and Statement of Work; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 180 days after order. The Government intends to award on a Lowest Price Technically Acceptable (LPTA) basis to two responsible Contractors who evaluate to be the two Lowest Price Technically Acceptable offers; thus, creating a MAC. First article testing and approval may be required. Inspection and acceptance will be performed by a Government representative at FOB Destination (Crane, IN 47522). FOB Destination delivery will be 180 days after receipt of the delivery order. If a MAC is awarded, orders will be evaluated based on best delivery at the time of the order. This competitive procurement will be processed in accordance with FAR Part 15. The solicitation will be available on or about 16 October 2019 with an anticipated award date during third quarter fiscal year 2020, FY. The anticipated solicitation and attachments will be made available through FedBizOps in portable document format (PDF). No hard copies of the solicitation will be mailed. It is the responsibility of the interested vendors to monitor FedBizOpps for amendments that may be issued to the solicitation. For changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. 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. Offers must be submitted in the format specified in 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) 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. It is the responsibility of the offeror to submit offers to the Government point of contact (POC) at NSWC Crane. The POC is Ms. Sydney Kail, code 0243, building 121, 300 Highway 361, Crane IN 47522-5000. Telephone 812-854-2446 or email: sydney.kail@navy.mil. Reference the above solicitation number when responding to this notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »