Search Contract Opportunities

E-CAPS Generation II Circuit Card Assemblies

ID: N0017414R0022 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; technical proposals/samples are required, but a written solicitation will not be issued. This solicitation, N00174-14-R-0022 is issued as a Request for a Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20140512.

The Naval Surface Warfare Center Indian Head Explosive Ordnance Technology Division (NSWC IHEODTD) has a requirement for E-Caps Generation II Circuit Card Assemblies. The populated assemblies consist of the following:

DESCRIPTION

Pre-Overmold Antenna Assembly

Transmitter Board

Radio Board

Receiver Board

This acquisition is 100% Small Business Set-Aside. The Government Intends to award up to three (3) Indefinite Delivery Indefinite Quantity (IDIQ) Contracts with Firm Fixed Priced Orders whose proposal per CLIN represents the "Lowest Priced Technically Acceptable" offer. The Firm Fixed Priced Orders will be competed amongst the awarded vendors based on "Lowest Price".

The solicitation process will be completed in 2 Stages.

Stage 1: All vendors that are interested in providing an offer must first be International Traffic and Arms Regulation (ITAR) Compliant. Vendors must provide a capability statement detailing their capability and experience in meeting this type of requirement. The vendor can provide brochures, company websites or any other pertinent information that details the vendors' capabilities to provide the Assemblies. All vendors must complete a Past Performance Matrix for similar contracts and Past Performance Surveys if available.

The information received from the vendors will be evaluated by the Government's Technical Team to determine if the vendor is capable of successfully proposing on the requirement. Vendors who are not capable will receive a debriefing letter to explain why they are not capable.

Vendors who are deemed capable to meet the requirement and are ITAR Complaint will be invited to participate in Stage 2 of the solicitation.

Stage 2: All acceptable vendors will be provided the appropriate Government Drawings, Government Furnished Material (GFM), and Cost Proposal Requirements to start their proposal. The Instructions and Evaluation Criteria will also be provided to the vendors.

The GFM will be mailed to the vendor within 2 weeks of the issuance of Stage 2. The Government Drawings and cost proposal requirements will be emailed to the vendors.

The invited vendors will provide 3 samples of each of the 4 Circuit Card Assemblies along with pricing information that meet the requirement of the Government Drawings and Specifications provided in the Statement of Work.

In order to be technically acceptable, all 3 samples for that Assembly must pass Government Testing. There is no partial acceptability within Contract Line Item Numbers (CLINs).

Delivery of the samples shall be within 2-4 weeks from date the GFM is received. Upon completion, the samples shall be mailed to:

Contracts Department (Yolanda Riley/Edna Gigon)

Mailing Address:

Naval Surface Warfare Center

4072 North Jackson Road St. 132 Bldg# 1558

Indian Head, MD 20640-5115

The Government will issue vendors the Quantities that must be proposed.

Based on the Government Testing and Acceptable Samples, up to 3 vendors that are "Lowest Priced Technically Acceptable", may receive an award.

There will be a Minimum Guaranteed Amount of $25,000.00 over the entire contract period of performance. The period of performance for the contract is a Base Year and 4 (1) year options.

Overview

Response Deadline
June 20, 2014, 4:00 p.m. EDT Past Due
Posted
June 6, 2014, 11:20 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 6/6/14 NSWC Indian Head Division issued Synopsis Solicitation N0017414R0022 for E-CAPS Generation II Circuit Card Assemblies due 6/20/14. The opportunity was issued full & open with NAICS 334412 and PSC 59.
Primary Contact
Name
Yolanda Riley   Profile
Phone
(301) 744-6656

Documents

Posted documents for Synopsis Solicitation N0017414R0022

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation N0017414R0022

Contract Awards

Prime contracts awarded through Synopsis Solicitation N0017414R0022

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0017414R0022

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0017414R0022

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NSWC INDIAN HEAD DIVISION
FPDS Organization Code
1700-N00174
Source Organization Code
100076598
Last Updated
July 5, 2014
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 5, 2014