MHU-235/E Dolly and ADU-928/E Adapter Assembly
The Naval Surface Warfare Center, Indian Head Explosive Ordnance Technology Division (NSWC IHEODTD) has a requirement for the Contractor to fabricate, test, inspection, and shipment of MHU-235/E Dolly... The Naval Surface Warfare Center, Indian Head Explosive Ordnance Technology Division (NSWC IHEODTD) has a requirement for the Contractor to fabricate, test, inspection, and shipment of MHU-235/E Dolly and ADU-928/E Adapter in accordance with the specified Technical Data Package (TDP) and the Statement of Work. The Contractor shall be also responsible for providing all equipment, and tooling, with the exception of any Government Furnished Equipment (GFE) or Material (GFM). This is a Full & Open Competitive acquisition. Government First Article Testing will be required. The NAICS code is 333924. The Size Standard is 750 employees. The FSC code is 3920. The requirement was previously synopsized under presolicitation notice number N00174-19-R-0130, on 15 March 2019. The solicitation number is N00174-19-R-0130 and is issued as a request for proposal (RFP). All responsible sources may submit a proposal, which shall be considered by the agency. The Government intends to make a single award resulting from the solicitation to the responsible offeror whose submissions, which comply with the instructions and conform to the solicitation, will be the most advantageous BEST VALUE - Lowest Price Technically Acceptable (LPTA) to the Government. The Government reserves the right to award a contract based on initial offers and without holding discussions, but reserves the right to hold discussions at the Government's discretion; therefore, the Offeror's initial proposal should contain the Offeror's best terms from a price and technical standpoint. The Request for Proposal (RFP) is being posted to the Federal Business Opportunities website at http://fbo.gov. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. Paper copies of the solicitation, amendments, drawings and maps will not be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. 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. Failure to register in SAM makes an offeror ineligible for award of DoD contracts. Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS). This procurement includes drawings and technical documents assigned a restricted distribution statement and an export control warning. The Technical Data Packages (TDP) are marked Distribution D (Limited to DoD and US DoD contractors only). Disclosure and use of the TDPs are restricted by the Non-Disclosure and Non-Use Agreement (NDA) that the offeror is required to execute prior to accessing the TDPs along with a current DD2345 Military Critical Technical Data Agreement (All forms can be found in Section J). To receive this unclassified controlled technical information, 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. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. 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/. Offerors are encouraged to apply for certification 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. Interested Offerors must request the drawing package in writing. E-mail the following information to thomas.howes1@navy.mil: -Name -Title -Company name and address -DUNS and CAGE numbers -E-mail address The deadline to respond to this solicitation is 3:00PM EST, 14 June 2019. All technical/contractual questions must be submitted in writing to the Contract Specialist: thomas.howes1@navy.mil. In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification as applicable. The Contract Specialist must receive any and all questions concerning the RFP no later than 4:00PM EST, 29 May 2019. No questions will be accepted after the close of the solicitation. The mailing address is attention of Thomas Howes, Code 022TH at NSWC IHEODTD - Picatinny Detachment, 3rd Avenue, Bldg 61N, Code 022WB, Picatinny Arsenal, NJ 07806- 5000.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »