20mm Cartridge, Plastic Dummy, M51A4N with MK7 Links
Amendment 07: Due to the delay in providing the complete drawing package and multiple extension requests, the solicitation is extended to 22 February 2019. Amendment 06: Add additonal Chamber Gage dra... Amendment 07: Due to the delay in providing the complete drawing package and multiple extension requests, the solicitation is extended to 22 February 2019. Amendment 06: Add additonal Chamber Gage drawings The Government will not consider further questions or requests for extensions. Amendment 05: Answers Questions from Industry & add drawings for Chamber Gage (PN 5871470) The Government will not consider further questions or requests for extensions. Amendment 04: Answers Questions from Industry & extends the solicitation to 14 February 2019. The Government will not consider further questions or requests for extensions. Amendment 03: Answers Questions from Industry & adds drawings Amendment 02: Answers Questions from Industry Amendment 01: Extension of the solicitation to 24 January 2019. NSWC Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) has a requirement for the manufacture, test, inspection, packaging, and delivery of the Cartridge, 20MM, Plastic Dummy, M51A4N w/ MK7 Link, NSN 1305-01-448-9275. The expected contract will be a Firm Fixed Price (FFP) Contract and will consist of one base year plus two option years. The base year will be a first article quantity of 750 and a quantity of 120,160. The option years will be a quantity of 53,200 and 50,000. This requirement is considered full and open. The NAICS code is 332993. The Size Standard is 1500 employees. The PSC code is 1310. This solicitation is for non-commercial supplies. This requirement was previously synopsized under announcement number N00174-18-R-0099. All responsible sources may submit a bid, proposal, or quotation, 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 to the Government. Best value will be determined based on an integrated assessment of the evaluation factors for award. The following factors shall be used to evaluate the offers: (FACTOR 1) Technical Capability; (FACTOR 2) Past Performance (see FAR 52.212-1(b)(10)); (FACTOR 3) Price and (FACTOR 4) Small Business Subcontracting Plan Goals. These factors are listed in descending order of importance. All non-cost factors, when combined, are more important than cost; however, cost becomes more of a deciding factor of importance when Offerors receive similar ratings for the other factors. Factors 1, 2, and 3 will be used for a tradeoff process. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Copies of solicitation N00174-19-R-0099 will NOT be emailed, faxed, mailed or provided in person. These types of requests WILL NOT BE ACKNOWLEDGED. This solicitation is being posted to Federal Business Opportunities (FBO) page located at https://www.fbo.gov/. NOTE: Offerors are ineligible for award unless registered in DOD's System for Award Management (SAM). Information regarding registration and annual confirmation requirements is available at 1-866-606-8220 and http://www.sam.gov. Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS). 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. 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.dlis.dla.mil/jcp/. 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. No questions will be accepted after the close of the solicitation. Offers and inquiries may be submitted via electronic mail to devon.renner@navy.mil or mailed to the attention of Devon Renner, Code 022DR at NSWC Indian Head Explosive Ordnance Disposal Technology Division, Building 841, Code 022DR, Indian Head, MD 20640. It is the REGISTRANT'S responsibility to periodically check FedBizOpps.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »