The RFP Database
New business relationships start here

PROCUREMENT OF ALE-47 BREECHPLATES IN SUPPORT OF THE ALE-47 STSTEM -


Indiana, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

N00164-20-R-WR02 - PROCUREMENT OF ALE-47 BREECHPLATES IN SUPPORT OF THE ALE-47 STSTEM - FSC:5998 - NAICS:334418
Anticipated Issue Date: 20-NOVEMBER-2019 - Anticipated Closing Date: 20-JANUARY-2020

The Naval Surface Warfare Center (NSWC) Crane Division has a requirement for the manufacture of ALE-47 Breechplates. Quantities will be varied and shall be determined with each Delivery Order.
This procurement shall be a total small-business set-aside.
The Government intends to award a firm-fixed price, indefinite delivery, indefinite quantity (IDIQ) single award contract with a five year ordering period. First Article Testing (FAT) may be required. If First Article Testing is required, the contract minimum is a quantity of five FAT units. The contract maximum shall be determined by the contract ceiling. If First Article is waived, the anticipated contract minimum is quantity five units. The contract maximum shall be the ceiling amount. The contract ceiling regardless of FAT requirements is anticipated to be $3,500,000.00. Anticipated minimum order quantities are five after First Article Testing is approved/accepted and the anticipated maximum order quantities are 500 after First Article Testing is approved. The contractor shall manufacture the CLINs as called out on each delivery order. The contractor is responsible to procure all parts, provide labor for assembly, and perform final testing to assure all items meet quality standards and are in conformance with the Government drawings and Statement of Work.
The requirement is a build-to-print in accordance with (IAW) the Government-owned technical package.
The Anticipated CLIN Structure is below. All CLIN are to be IAW associated drawings and Statement of Work (SOW).
CLIN 0001: First Article Units, Breechplate IAW NAVAIR Drawing 30003-3837AS100; QTY: 5, Each; FOB Destination, Inspection/Acceptance at NSWC Crane; Delivery 180 Days After Receipt of Order
CLIN 0002: First Article Units, Thermal Stress Coupons IAW SOW; Not Separately Priced; QTY: 1, Lot; FOB Destination, Inspection/Acceptance at NSWC Crane; Delivery 180 Days After Receipt of Order
CLIN 0003: Breechplate, IAW NAVAIR Drawing 30003-3837AS100; QTY: Undefined, Each; FOB Destination, Inspection/Acceptance at NSWC Crane; Delivery 180 Days After Receipt of Order
CLIN 0004: Thermal Stress Coupons IAW SOW; Not Separately Priced; QTY: 1, Lot; FOB Destination, Inspection/Acceptance at NSWC Crane; Delivery 180 Days After Receipt of Order
CLIN 0005: Data IAW CDRL's IAW SOW; Not Separately Priced; QTY: 1, Lot; FOB Destination, Inspection/Acceptance at NSWC Crane; Delivery 180 Days After Receipt of Order
CLIN 0006: Contract Ceiling        
The Government intends to award on a Lowest Price Technically Acceptable (LPTA) basis to a single responsible Contractor who evaluates to be the Lowest Price Technically Acceptable offer. First article testing and approval may be required. Inspection and acceptance will be performed by a Government representative at FOB Destination (Crane, IN 47522). FOB Destination delivery will be 180 days after receipt of the delivery order.


This procurement shall be a competitive procurement, and will be processed in accordance with FAR Part 15. The solicitation will be available on or about 20-December-2019 with an anticipated award date during fourth quarter fiscal year 2020. The anticipated solicitation and attachments will be made available through FBO in portable document format (PDF). No hard copies of the solicitation will be mailed. It is the responsibility of the interested vendors to monitor FBO for amendments that may be issued to the solicitation. For changes to the requirement that occur prior to the closing date will be posted to FBO. For changes made after the closing date, only those offers that provide a proposal will be provided any changes/amendments and considered for future discussion and/or award. Offers must be submitted in the format specified in the solicitation.


All drawings and documents contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD Contractors only.


Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. 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. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted to FBO at the same time the solicitation is posted. FBO may be accessed at http://www.fbo.gov.
All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government will NOT be responsible for any proprietary information not clearly marked. The Government shall not be required to return any submitted material.
It is the responsibility of the offeror to submit offers to the Government point of contact (POC) at NSWC Crane prior to the closing time and date of the solicitation. The POC is Jacob Spencer, code 0243, building 121, 300 Highway 361, Crane IN 47522-5000. Telephone 812-854-3512 or email: jacob.m.spencer@navy.mil Reference the above solicitation number when responding to this notice.


Jacob Spencer, Phone 812-854-3512, Email jacob.m.spencer@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP