Inactive
Partial Small Business Set-Aside (FAR 19.5)
Notice ID:N00174-19-R-0107
Manufacturing and Services Acquisition (MASA) I.D.I.Q. N00174-19-R-0107 This is a pre-solicitation synopsis in accordance with FAR 5.201. This is not a Request for Proposal (RFP), nor is it construed ...
Manufacturing and Services Acquisition (MASA) I.D.I.Q. N00174-19-R-0107 This is a pre-solicitation synopsis in accordance with FAR 5.201. This is not a Request for Proposal (RFP), nor is it construed as a commitment by the Government. This synopsis is prepared in accordance with guidance in FAR 5.207, and is prepared for the purpose of notifying potential offerors of an upcoming Firm Fixed Priced multiple award solicitation for supplies in support of the Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWCIHEODTD). Naval Surface Warfare Center (NSWCIHEODTD) has a requirement for assistance in support of a wide variety of military projects that require build-to-print fabrication of products via processes utilized by machine shops. This will be a multiple award contract with six individual task areas of which one is set aside for small business including: 1. Task 1: Production Hardware: The Contractor shall provide the manufacturing, assembly and testing of products that will be delivered to the fleet. 2. Task 2: Research and Development Hardware (Small Business Set Aside) The Contractor shall provide the manufacturing, assembly and testing of products that will be used in a research and development setting. 3. Task 3: Inspection. The contractor shall provide inspection of parts manufactured as part of this or other contracts. This technical area is considered a service as the contractor will provide an inspection report/certificate vise a physical part. 4. Task 4: Electronics Assembly. The Contractor shall provide the manufacturing of multilayer printed circuit boards (PCB's), and population of the same with electronic components. 5. Task 5: Rapid Prototyping. The Contractors shall provide rapid prototyped hardware to support various R&D programs. This specific task is focused on hardware that can be classified as 3D printed or additive manufactured (AM). 6. Task 6: Advanced Machining. The Contractor shall provide parts created with advanced machining methods. This task area is intended to capture those tasks and jobs that require a more advanced set of technical capabilities. First Article Testing: Yes Term: One (1) Year base with four (4) 12-month option periods. Requirement: As noted Applicable NAICS Code: 335999 (All other miscellaneous electrical equipment and component manufacturing) Size Standard: 500 Applicable FSC Code: 5340 (Hardware) Previously Synopsized: No Presolicitation Notice Number: N00174-19-R-0107 Solicitation Number: N00174-19-R-0107 Issued as: Request for Proposal (RFP) to be released on or around 1 April 2019 This procurement includes drawings or technical documents assigned a restricted distribution statement and an export control warning. To receive this controlled technical data, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx Offerors are encouraged to apply for certification as early as possible in order for processing to be completed in sufficient time to prepare a proposal before solicitation closing. DoD Directive 5230.25. This procurement includes controlled unclassified information (CUI). To receive this CUI electronically, an Offeror must be capable of receiving encrypted e-mails. The DoD has established the External Certification Authority (ECA) program to support the issuance of DoD-approved certificates to industry partners and other external entities and organizations. The ECA program is designed to provide the mechanism for these entities to securely communicate with the DoD and authenticate to DoD Information Systems. Information, including approved vendors, can be found at: https://iase.disa.mil/pki/eca/Pages/index.aspx. Offerors are encouraged to apply for certificates as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing. Alternately, this CUI may be sent via first-class mail. The Government intends to award multiple Firm Fixed Priced (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to the responsible Offerors whose proposals represent the best value to the Government, utilizing a trade-off process in accordance with the Factors and Sub-factors set forth in the solicitation. Copies of the solicitation will NOT be emailed, faxed, mailed or provided in person. These types of requests WILL NOT BE ACKNOWLEDGED. This synopsis is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov NOTE: Offerors must have an active registration in the System for Award Management (SAM at http://www.sam.gov) upon proposal submission to be considered eligible for award. Information regarding registration and annual confirmation requirements is available at 1-866-606-8220 and http://www.sam.gov. To register for this solicitation, you must e-mail the following directly to Tracy R. Scott at Tracy.R.Scott@navy.mil: Solicitation number N00174-19-R-0107 (in the subject line of your e-mail); name of requestor; organization name, address, telephone number, fax number, and e-mail address.