Search Contract Opportunities

MK 165, MK 166, MK 167, MK 168, AND MK 169 PYRO LEAD AND DETONATOR SYSTEMS

ID: N0016418RJR63 • Type: Presolicitation

Description

Posted: May 14, 2018, 4:25 p.m. EDT
SOLICITATION AND CONTROLLED ATTACHMENTS
Posted: Oct. 26, 2017, 3:05 p.m. EDT
N00164-18-R-JR63 - MK 165, MK 166, MK 167, MK 168, AND MK 169 PYRO LEAD AND DETONATOR SYSTEMS - FSC 1375 - NAICS 325920

Anticipated Issue Date: 08 JAN 2018 - Anticipated Closing Date: 07 FEB 2018 - Time 3:00 PM EDT

This request for information is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane.

NSWC Crane anticipates issuing a Request for Proposal (RFP) for a 5-year, Firm-Fixed Priced (FFP), Indefinate Delivery/Indefiniate Quantity (IDIQ) contract for MK 165, MK 166, MK 167, MK 168, and MK 169 Pyro Lead and Detonator Systems. This acquisition is under North American Industry Classification System code (NAICS) 325920 - Explosives Manufacturing. The resulting award has a 5-year ordering period with a potential estimated contract maximum dollar value of $25,000,000.00. Deliveries shall be FOB Destination to Bluegrass Army Depot, Richmond, KY 40475. The Required Delivery Schedule is as follows: MK 165 and MK 167 Pyro Leads is estimated 3,000 each per month, MK 166 Pyro Leads is estimated 2,000 each per month, and MK 168 and MK 169 is estimated 1,000 each per month. Initial inspection will be performed by DCMA at Origin for First Article and Lot Acceptance Test units and acceptance will be performed by Government at destination, NSWC Crane, Crane, IN 47522.

This is a full and open competitive acquisition and all responsible sources may submit an offer that will be considered. The final contract award decision may be based upon the following factors: technical, past performance, and price. The RFP will delineate the relative importance of those factors. The Government intends to award to the responsible vendor whose offer is the best value to the Government in accordance with the RFP. Offers that are non-compliant with any material requirements of the upcoming solicitation may be rejected without further consideration for contract award.

Specification OES-PRF-0105E, Automated Data Lists (ADLs), and all applicable drawings are attached to this synopsis for reference.

It is anticipated that the RFP will be available on or about 08 January 2018 at the following address: www.fbo.gov. RFPs will be in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com.

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 FedBizOpps at the same time the RFP is posted. FedBizOpps may be accessed at http://www.fbo.gov.

All changes that occur prior to the closing date will be posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/ amendments and considered for future discussions and/or award.

Questions or inquiries should be directed to Mrs. Emily Johnson, Code 0232, at telephone 812-854-8653, Fax 812-854-5364 or e-mail: emily.a.johnson@navy.mil. Please reference the above solicitation number when responding to this notice.

Overview

Response Deadline
June 13, 2018, 3:00 p.m. EDT (original: Feb. 7, 2018, 3:00 p.m. EST) Past Due
Posted
Oct. 26, 2017, 3:05 p.m. EDT (updated: May 14, 2018, 4:25 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
52%
Vehicle Type
Indefinite Delivery Contract
On 10/26/17 NSWC Crane Division issued Presolicitation N0016418RJR63 for MK 165, MK 166, MK 167, MK 168, AND MK 169 PYRO LEAD AND DETONATOR SYSTEMS due 6/13/18. The opportunity was issued full & open with NAICS 325920 and PSC 13.
Primary Contact
Name
Emily Johnson   Profile
Phone
(812) 854-8653
Fax
(812) 854-5095

Documents

Posted documents for Presolicitation N0016418RJR63

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N0016418RJR63

Contract Awards

Prime contracts awarded through Presolicitation N0016418RJR63

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N0016418RJR63

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N0016418RJR63

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NSWC CRANE
FPDS Organization Code
1700-N00164
Source Organization Code
100076494
Last Updated
July 24, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 24, 2018