Search Contract Opportunities

Solicitation 57mm High Explosive-Point Detonating (HE-PD) Cartridge   3

ID: N0017418R0031 • Type: Synopsis Solicitation • Match:  100%
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

Posted: Aug. 8, 2018, 12:57 p.m. EDT
The purpose of this Amendment is to extend the response date to 16 August 2018 by 4:00 pm.
Posted: Aug. 7, 2018, 3:32 p.m. EDT
Posted: July 23, 2018, 11:35 a.m. EDT
Posted: June 29, 2018, 11:25 a.m. EDT
Posted: May 30, 2018, 2:26 p.m. EDT
Posted: May 11, 2018, 11:46 a.m. EDT
Naval Surface Warfare Center, Indian Head Explosive Ordnance Technology Division (NSWC IHEODTD) has a requirement for the manufacture, assembly, test, and delivery of 57mm High Explosive - Point Detonating (HE-PD) Cartridges. The 57mm HE-PD Cartridge is a 57mm/70, electrically-primed cartridge designed to function in the 57mm MK 110 Gun Mount (GM). The MK 110 GM is employed on the U.S. Navy (USN) Littoral Combat Ship (LCS) class and the U.S. Coast Guard Legend-class (WMSL) National Security Cutters. 57mm HE-PD Cartridges are intended for combating surface and ground targets. The cartridge consists of a high explosive projectile with the ability to point detonate, a brass cartridge case loaded with propellant charge, and an electric primer. The requirement is solicited on an unrestricted basis inviting full and open competition. Government First Article Testing will be required. This solicitation is for non-commercial services. The NAICS code is 325920. The Size Standard is 750 employees. The FSC code is 1310. The requirement was previously synopsized under presolicitation notice number N00174-18-R-0031, on April 19, 2018. The solicitation number is N00174-18-R-0031 and is issued as a request for proposal (RFP). All responsible sources may submit a proposal, which shall be considered by the agency.
The Government intends to make a single award for a single-year, firm-fixed price contract as a result of this solicitation, to the responsible Offeror whose submission, which comply with the instructions and conform to the solicitation, will be the most advantageous BEST VALUE to the Government. Best Value will be determined based on an integrated assessment of the Qualitative Evaluation Factors and Sub-Factors and tradeoff process procedures. The following factors shall be used to evaluate the offers: (Factor 1) Technical; (Factor 2) Schedule; (Factor 3) Price; and (Factor 4) Past Performance. The Technical Factor 1 includes four Sub-Factors: (Sub-Factor 1) Production/Manufacturing; (Sub-Factor 2) Quality Assurance; (Sub-Factor 3) Testing Facilities and Capabilities; and (Sub-Factor 4) Management. The factors are listed in descending order of importance. All non-cost factors, when combined, are more important than cost; however, cost becomes the deciding factor of importance when Offerors receive similar ratings for the other factors. Factors 1, 2, and 4 will be used for a tradeoff process. Factor 3 will be pass/fail only. The Government intends to award the contract without holding discussions, but reserves the right to hold discussions at the Government's discretion if deemed necessary to obtain the best value for the Government.
The Request for Proposal (RFP) is being posted to the Federal Business Opportunities website at http://fbo.gov. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. Paper copies of the solicitation, amendments, drawings and maps will not be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION.
Contractors must be properly registered in the System for Award Management (SAM). 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. Failure to register in SAM makes an offeror ineligible for award of DoD contracts.
Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS).
This procurement includes drawings or technical documents assigned a restricted distribution statement and an export control warning. To receive the controlled technical data, an Offeror must be currently certified through the United States/Canada Joint Certification Program.
To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx
Offerors are encouraged to apply for certification as early as possible in order for processing to be completed in sufficient time to prepare a proposal before solicitation closing. DoD Directive 5230.25.
The deadline to respond to this solicitation is 4:00 pm, 12 June 2018.
All technical/contractual questions must be submitted in writing to the Contract Specialist: Robert.g.cook2@navy.mil. In the email, please clearly indicate your company name, section and paragraph number of the RFP or specification as applicable. The Contract Specialist must receive any and all questions concerning the RFP no later than 5 business days before the response date of this solicitation. No questions will be accepted after the close of the solicitation. The mailing address is attention of Robert Cook, Code 022RC at NSWC Indian Head Explosive Ordnance Disposal Technology Division, Building 841, Code 022RC, Indian Head, MD 20640.

Overview

Response Deadline
Aug. 16, 2018, 5:00 p.m. EDT (original: June 12, 2018, 5:00 p.m. EDT) Past Due
Posted
May 11, 2018, 11:46 a.m. EDT (updated: Aug. 8, 2018, 12:57 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
On 5/11/18 NSWC Indian Head Division issued Synopsis Solicitation N0017418R0031 for Solicitation 57mm High Explosive-Point Detonating (HE-PD) Cartridge due 8/16/18. The opportunity was issued full & open with NAICS 325920 and PSC 13.
Primary Contact
Title
Contract Specialist
Name
Robert G. Cook   Profile
Phone
(301) 744-1034

Secondary Contact

Title
Contracting Officer
Name
Demetrius Green   Profile
Phone
(301) 744-6626

Documents

Posted documents for Synopsis Solicitation N0017418R0031

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N0017418R0031

Award Notifications

Agency published notification of awards for Synopsis Solicitation N0017418R0031

Contract Awards

Prime contracts awarded through Synopsis Solicitation N0017418R0031

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0017418R0031

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0017418R0031

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
March 16, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 16, 2019