이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] SQUAD-VARIABLE POWERED SCOPE
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.10.30
원본

 

공고명: SQUAD-VARIABLE POWERED SCOPE

게시일: 2017/10/29

마감일: 2017/12/08

수행지역: 미국

카테고리: 31 - 제조부품


공고내용

 

Solicitation Number :

N0016418RJQ30


Notice Type :

Presolicitation

 

Synopsis :


Added: Oct 26, 2017 4:51 pm
N00164-18-R-JQ30 - SQUAD-VARIABLE POWERED SCOPE - FSC 1240 - NAICS 333314 Issue Date: 09 NOV 2017 - Closing Date: 08 DEC 2017 - 2:00 PM EDT Naval Surface Warfare Center (NSWC), Crane Division intends to procure SQUAD-VARIABLE POWERED SCOPE (S-VPS) along with Provision Item Ordering (PIO) for the S-VPS, Training and Non-functional Units/Models and other associated items. This procurement will be a Non-Commercial Firm Fixed-Price (FFP), Five-year, Indefinite Delivery Indefinite Quantity (IDIQ) supply contract with five (5) one-year options. The units procured under this requirement shall be in accordance with the Performance Specification, Statement of Work (SOW), Contract Data Requirements List (CDRLs). Delivery is FOB destination. Inspection and Acceptance will be performed by the Government at destination, NSWC Crane, Crane, IN 47522.The estimated contract minimum is 32 units. The estimated contract max is $33.25 million. This requirement will be issued as a partial small-business set-side IAW FAR 19.502-3. Contract Line Item Number (CLIN) 0001 First Focal Plane Scope and other associated CLINs will be 100% set-aside for small business. CLIN 0002 Second Focal Plane Scope and other associated CLINs will be full and open competition. The Government intends to award to the responsible offeror(s) whose offer constitutes the best value to the Government, considering technical, delivery, past performance, and price related factors. The draft Performance Specification and the draft SOW are being provided with the issuance of the synopsis. Contractors are requested to provide any comments/questions concerning the draft requirements documents prior to the issue date of the solicitation. The official Performance Specification and SOW will be posted with the solicitation. Offerors shall provide twelve (12) product samples for CLIN 0001 and twelve (12) product samples for CLIN 0002 per proposal (production representative) for the S-VPS that is being solicited. The product samples shall be identical in configuration for the CLIN that is being proposed. Proposals, including Product Samples, will be evaluated by NSWC, Crane personnel against performance specification and Statement of Work identified in the solicitation. The product samples shall be used collectively for evaluation against the specification requirements (i.e. each individual sample will not necessarily undergo full testing). The Government may or may not choose to fully evaluate the product samples against all the requirements identified in the Performance Specifications. All product samples will be tested to the same specification requirements. The Government requires the product samples to be representative of the production units. The product samples will be provided at no cost to the Government. Offerors will not be permitted to resubmit product samples. Product samples will not be reevaluated. Product samples will not be "marked" as to the vendor's name. The Government does not intend to do destructive testing, however the product samples will be tested in accordance with the Performance Specification. Product samples will be returned to the offeror at the offeror's expense. In addition to the product samples, the offerors shall submit a written proposal in response to the factors and subfactors described in the solicitation in such detail to allow the Government to evaluate the proposal. All requirements are detailed in the Statement of Work attached to this synopsis and the forthcoming solicitation number N00164-18-R-JQ30 to be posted on the FedBizOpps website at http://www.fbo.gov on or about 09 November 2017.  To be eligible for award, 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 FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. The solicitation attachments will be posted to FedBizOpps at the same time the solicitation is posted. FedBizOpps may be accessed at http://www.fbo.gov. All changes to the requirement that occur prior to the closing date will be posted to the FBO website as amendments to the solicitation. For changes made after the closing date, only those offerors that submitted a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Interested sources must download the document from the websites listed above.The Government point of contact is Mr. Casey Bault at telephone number 812-854-2378, fax number 812-854-1747, or e-mail casey.bault@navy.mil. Complete mailing address is: Mr. Casey Bault Code 0232, NSWC Crane, 300 Highway 361 Bldg. 3373, Crane IN 47522-5001. Reference the solicitation number N00164-18-R-JQ30 when responding to this notice.  

 

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


CONTROLLED DOCUMENTS


Sensitive/Secure Package:

Yes


Label:

CONTROLLED DOCUMENTS


Posted Date:

October 26, 2017


원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=6ec9844654c696a94b8af7f3f39a1f7d&tab=core&_cview=0