Inactive
Notice ID:N0017419R0121-1
This solicitation has been extended until April 16, 2019 at 4:00pm EST. Naval Surface Warfare Center (NSWCIHEODTD) has a requirement for fabrication, test, inspection, and shipment of MK 85 Motor Tube...
This solicitation has been extended until April 16, 2019 at 4:00pm EST. Naval Surface Warfare Center (NSWCIHEODTD) has a requirement for fabrication, test, inspection, and shipment of MK 85 Motor Tubes. The MK 85 Motor Tube is an item designed as a container for the wiring, the ignition, the propellant, and the nozzle of a rocket motor. The tube is made of aluminum alloy 7075-T6 or T651. The motor tube must be manufactured in accordance to the technical data package and the requirements of the drawings must be met. The successful Offeror will purchase the material, fabricate, perform in-process inspection, acceptance tests, and package motor tubes. First Article Testing: Required Term: One (1) Base year and Four (4) Option Years Requirement: Full and Open/Non-commercial items NAICS Code: 336419 Size Standard: 1,000 employees FSC Code: 1420 Previously Synopsized: February 12, 2019 Presolicitation Notice Number: N00174-19-R-0121 Solicitation Number: N00174-19-R-0121 Issued as: Request for Proposal (RFP) All responsible sources may submit a proposal, which shall be considered by the agency. Associated drawings are unclassified controlled technical information (CUI) assigned a restricted distribution statement. To receive this CUI, interested sources must be registered in the System for Award Management database located at www.sam.gov Once registered, interested sources can request the drawings in writing. E-mail the following information to tracy.r.scott@navy.mil: - Name - Title - Company name and address - DUNS and CAGE numbers - Business Size Status - E-mail address The Government intends to award a Firm Fixed Priced (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract as a result of this solicitation in accordance with Section M (Evaluation and Basis for Award) to the responsible Offeror whose proposal represents the best value to the Government, utilizing a trade-off process in accordance with the Factors and Sub-factors set forth in the attached solicitation. The Request for Proposal (RFP) is being posted to the Federal Business Opportunities website at www.fbo.gov . Copies of the solicitation will NOT be emailed, faxed, mailed or provided in person. These types of requests WILL NOT BE ACKNOWLEDGED. Paper copies of the solicitation, amendments, drawings and maps will not be provided. IT IS THE OFFEROR's RESPONSIBILITY TO CHECK WWW.FBO.GOV DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION. * All offerors must be registered and active in DOD's System for Award Management (SAM) with completed and up to date representations and certifications for the NAICS code provided in this solicitation 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.Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS). The deadline to respond to this solicitation as instructed is 4:00 pm EST, 08 April 2019. All technical/contractual questions must be submitted in writing to the Contract Specialist: Tracy.R.Scott@navy.mil In the email, 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 5 business days before the response date of this solicitation. No questions will be accepted after the close of the solicitation. The mailing address is: Attention: Tracy R. Scott, Code 022TS NSWCIHEODTD 4081 N. Jackson RD. Building 841, Code 022TS Indian Head, MD 20640