이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] SINCGARS Installation Kits
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.11.01
원본

 

공고명: SINCGARS Installation Kits

게시일: 2017/10/31

마감일: 2017/11/30

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용

 

Solicitation Number :

SPRBL117R0041


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Oct 30, 2017 1:21 pm
This Request For Proposal (RFP) sets forth instructions to the offeror and evaluation factors for award as outlined in Sections L and M. DLA will evaluate offers using FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process.A. ITEMS FOR PROCUREMENT: This RFP is for the procurement of two Single Channel Ground and Airborne Radio System (SINCGARS) Installation Kits (IKs): MK-3092/VRC, NSN 5895-01-570-2424, and MK-3094/VRC, NSN 5895-01-570-5824.Proposals will be evaluated on a NSN by NSN basis and awarded in accordance with Lowest Price Technically Acceptable source selectionprocess per FAR 15.101-2. An offeror may propose on one or more of the NSNs listed in this solicitation, making certain to propose for every CLIN related to that NSN.B. SET ASIDE: This requirement will be a 100% Small Buisness set aside.C. TECHNICAL DATA PACKAGE (TDP):INTERNATIONAL TRAFFIC IN ARMS REGULATIONSThe technical data packages (TDPs) for these two NSNs are subject to the International Traffic in Arms Regulations (ITAR). All technical documents for SINCGARS include but not limited to, test plans, test reports, drawings and specifications contains information that is subject to the controls defined in the International Traffic in Arms Regulation (ITAR). This information shall not be provided to non- U.S. persons or transferred by any means to any location outside the United States.A company wishing to receive the TDPs must have an active status in the Defense Logistics Agency Joint Certification Program (JCP). Once your company has been verified to have active status in JCP, we will upload the TDPs. They will be uploaded into AMRDEC Safe Access File Exchange (SAFE). You will then receive an e-mail from the AMRDEC SAFE site with a link to the package ID and a password.D. CONTRACT TYPE: This RFP will result in a Firm Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ), Long-Term Contract (LTC) to be issued using FAR Part 15, Contracting by Negotiations.E. PERIOD OF PERFORMANCE: The period of performance will consist of one five-year base period and no option periods.F. UNIT PRICES: Proposed unit prices will be for the item(s) specified in the Supplies or Services and Price/Costs section of this solicitation, for a period of five (5) years from the contract effective date. All orders placed during this time period shall be issued as priced delivery orders. Offerors shall insert Firm-Fixed prices for each year of the contract in the Supplies or Services and Prices/Costs section where indicated. Pricing shall include FOB Destination, packaging, and labeling.G. BEST ESTIMATED QUANTITY (BEQ): The Government's annual BEQ for NSN 5895-01-570-2424 and NSN 5895-01-570-5824 is provided below for each ordering year of the contract for planning purposes only. The BEQ does not represent a guarantee by the Government.H. MINIMUM GUARANTEE/CONTRACT MAXIMUM: The resulting contract will have one guaranteed minimum ordering amount of $20,000.00. In the event seperate contracts are awarded for each NSN, the guaranteed minimum for the NSN 5895-01-570-2424 contract will be $10,000.00 and the guaranteed minimum for the NSN 5895-01-570-5824 contract will be $10,000.00.The resultant contract will have a total monetary ordering maximum of $2,000,000.00. In the event that seperate contracts are awarded for each NSN, the ordering maximum for the NSN 5895-01-570-2424 contract will be $1,000,000.00 and the ordering maximum for the NSN 5895-01-570-5824 contract will be $1,000,000.00.I. DELIVERY: The expected ship to location for the duration of the resulting contract will be New Cumberland, PA (W25G1U). This requirement will be issued as FOB Destination with Inspection and Acceptance at origin. The Government required delivery schedule is located in the Deliveries or Performance section. Accelerated delivery at no additional cost to the Government is accepted and encouraged.J. WARRANTY: This solicitation contains FAR 52.246-17 Warranty of Supplies of a Non-Complex Nature, which will also be included in the resulting contract(s).K. ECONOMIC PURCHASE QUANTITY-SUPPLIES: Offerors are encouraged to complete FAR clause 52.207-4 if they believe that different range quantities than what is listed in the Supplies/Services section would be more advantageous to the Government.L. FIRST ARTICLE TESTING: First Article Testing is required, unless a Request for Waiver for First Article Testing is approved by the Federal Government. As prescribed in Section 3.7. of the Statement of Work, the contractor shall perform First Article Testing (FAT) in accordance with FAR 52.209-3.Centron Industries, Inc., CAGE 0SL00, is waived from First Article Requirements.M. POINT OF CONTACT: All inquiries shall be directed to the point of contact in block ten (10) on page(1) of this solicitation.

 

Please consult the list of document viewers if you cannot open a file.


Ground Combat Vehicle Welding Code


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

Ground Combat Vehicle Welding Code


Posted Date:

October 30, 2017

 
A19_Ground_Combat_Vehicle_Welding_Code-Aluminum.pdf (1,677.46 Kb)

Description: Ground Combat Vehicle Welding Code

 

Solicitation


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

Solicitation


Posted Date:

October 30, 2017

 

A19_SPRBL117R0041.pdf (137.41 Kb)

Description: Solicitation

 

A19_SOW.docx (74.49 Kb)

Description: SOW

 

Contracting Office Address :

6001 Combat Drive Room C1-301 Aberdeen Proving Ground, Maryland 21005 United States


Place of Performance :

6001 Combat Drive, Room C1-301 Aberdeen Proving Ground, Maryland 21005 United States


Primary Point of Contact. :


Mark A. Laskoski,

Contract Specialist

mark.laskoski@dla.mil

Phone: 4438614545


Secondary Point of Contact :

 

원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=b3e033b7eebc99e02f9958c10d37838e&tab=core&_cview=0