Inactive
Notice ID:SPE4A6-RXC-51
This agency proposes to issue solicitation SPE4A6-20-RX-C51 for an Indefinite Delivery Contract (IDC) for a one year base for a new multiple NSN Long Term Contract (LTC) initiative which includes the ...
This agency proposes to issue solicitation SPE4A6-20-RX-C51 for an Indefinite Delivery Contract (IDC) for a one year base for a new multiple NSN Long Term Contract (LTC) initiative which includes the following NSNs: CLIN 0001 – 6110-01-084-2158 – 21N, NUCLEAR REACTOR PROGRAM, CONTACTOR, MAGNETIC, PART NUMBER 6957ED39-3AQ CLIN 0002 – 6110-01-122-8324 – 21N, NUCLEAR REACTOR PROGRAM, CONTACTOR, MAGNETIC, PART NUMBER 6957ED33-3CQ CLIN 0003 – 6210-00-423-7852 – EXN, LOS ANGELES CLASS SSN (688), LIGHT, INDICATOR, PART NUMBER 6981ED166-117 CLIN 0004 – 6210-00-423-7865 – EZN, TICONDEROGA CLASS CG (47), LIGHT, INDICATOR, PART NUMBER 6981ED166-48 CLIN 0005 -6210-01-179-0187 – JDN – ARLEIGH BURKE CLASS DDG, LIGHT, INDICATOR, PART NUMBER 6981ED166-619 CLIN 0006 –6210-01-290-6430 –JAN, NIMITZ CLASS CVN, LIGHT, INDICATOR PART NUMBER 6981ED166-156 Six NSNs are targeted for this LTC initiative for solicitation SPE4A6-20-RX-C51. It is anticipated that the part numbers cited above will be requested for pricing for the initial contract award from the approved source cited below: DRS NAVAL POWER SYSTEMS, INC, CAGE 27192 The proposed action is intended to be awarded as Unrestricted, Other Than Full & Open Competition. The award effort for this acquisition is a 5 year Long Term Contract (LTC) initiative as validated during market research for these NSNs. The proposed contract will be awarded for a total of five years of performance to include a base year and four option periods. Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM. This solicitation is proposed to be IAW FAR PART 13.5 for Commercial of a Type items IAW simplified acquisition procedures. The NSNs cited above have been identified for this current action for the initial effort. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. This will be a sole source awarded contract based on the applicable part numbers referenced above for these NSNs. Best value selection methods will be used for this requirement. The Government will award a single award contract for this action. The solicitation will be posted on Federal Business Opportunity (FBO) by 07/15/2020. The issue date will be 07/15/2020 and the closing date is 07/29/2020. The items are identified with Federal Supply Classes (FSCs) CLINs 0001 and 0002 – 334519 – Other Measuring and Controlling Device Manufacturing CLINs 0003 and 0004- 334413 – Semiconductor and Related Device Manufacturing CLINs 0005 and 0006 – 334419 – Other Electronic Component Manufacturing The solicitation will include the following terms and conditions: FOB Origin/Inspection & Acceptance @ Destination Standard Inspection Commercial of a Type items No surge requirement Pricing will be requested for the Estimated Annual Demand (EAD) quantities cited below: CLIN 0001 – 16 EA CLIN 0002 – 24 EA CLIN 0003 – 12 EA CLIN 0004 – 48 EA CLIN 0005 – 24 EA CLIN 0006 – 20 EA Requested Delivery Schedules are cited below: CLIN 0001 – 130 DARO CLIN 0002 – 178 DARO CLIN 0003 – 56 DARO CLIN 0004 – 42 DARO CLIN 0005 – 106 DARO CLIN 0006 – 108 DARO