Skip to main content

An official website of the United States government

You have 2 new alerts

MK 79 MOD 3 SIGNAL, KIT, PERSONNEL DISTRESS AND MK 80 MOD 3 (RED) HAND FIRED SIGNALS

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Mar 27, 2023 01:31 pm EDT
  • Original Published Date: Jun 15, 2022 12:09 pm EDT
  • Updated Response Date: May 31, 2023 02:00 pm EDT
  • Original Response Date: Dec 01, 2022 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 15, 2023
  • Original Inactive Date: Jan 16, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1370 - PYROTECHNICS
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:

Description

N0016423RJR92 – MK 79 MOD 3 SIGNAL, KIT, PERSONNEL DISTRESS AND MK 80 MOD 3 (RED) HAND FIRED SIGNALS – FSC – 1370 – NAICS 325998 - Anticipated Issue Date: 31 OCT 2022 - Anticipated Closing Date: 01 DEC 2022 - Time 2:00 PM EST

This solicitation is being posted to the System for Award Management (SAM) page located at https://www.sam.gov/.  SAM is the single point of entry for posting of synopsis and solicitations to the internet.  Please feel free to use the SAM site to access information posted by NSWC Crane.

Naval Surface Warfare Center (NSWC) Crane has a requirement for the MK 79 MOD 3 Signal, Kit, Personnel Distress and MK 80 MOD 3 (Red) Hand Fired Signals manufactured in accordance with Government specifications.  These items are Arms, Ammunition, and Explosives Material, Security Risk Category IV, DoD Hazard Classification 1.4G.  The solicitation will be issued for the anticipated Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity Contract (FFP-IDIQ) that will cover a five-year ordering period.  The Government intends to award FFP-IDIQ with an anticipated minimum contract quantity of 500 each MK 79 Mod 3 Signal Kits and an anticipated maximum contract amount of $16,000,000.00.  The anticipated award date is approximately 31 OCT 2023.  Delivery is FOB Destination. 

It is anticipated that initial inspection of the supplies to be furnished hereunder shall be made by Cognizant Defense Contract Management Agency (DCMA) at the contractor's plant. Final inspection and acceptance shall be made by NSWC Crane Technical Personnel within 59 days after receipt of acceptable test units for FAT CLINs and Production CLINs.  Initial inspection shall consist of quality assurance at point of manufacture and/or assembly and check/test prior to shipment. Final inspection and acceptance will be made by the Receiving Activity after installation/check out/testing of the supplies.

This procurement is a 100% small business set-aside.  The final contract award decision may be based upon a combination of technical, past performance, and price evaluation factors as described in the solicitation.  The Government intends to award to the responsible contractor whose offer constitutes the best value to the Government, considering technical, past performance and price related factors. 

Contractors must be properly registered in the System for Award Management (SAM) and in 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 Draft Technical Data Package (DTDP) is posted as an attachment to this synopsis.  The DTDP contains Specifications, Automated Data Lists (ADLs) with Drawings, and Contract Data Requirements Lists (CDRLs).  The DTDP is being provided for comments/questions prior to solicitation issuance; all comments/questions shall be received by 30 SEP 2022 prior to the estimated solicitation issue date of 31 OCT 2022. 

This will be a non-commercial acquisition in accordance with FAR Part 15.  The solicitation will be available at the following address: https://www.sam.gov/.  Solicitation attachments will be posted at the same time the solicitation is posted. 

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.

All changes to the requirement that occur prior to the closing date will be posted to the SAM website.  It is the responsibility of interested vendors to monitor the SAM website for amendments that may be issued to the solicitation.  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 John C. Roberts, Code 0232, at telephone 812-854-2433 or e-mail: john.c.roberts3@navy.mil.  Complete mailing address is: Mr. John C. Roberts, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001.  Reference the above solicitation number when responding to this notice. 

AMENDMENT 0001:

The purpose of Amendment 0001 is to communicate that the solicitation will only be posted to the Procurement Integrated Enterprise Environment (PIEE) system and vendors will propose using the PIEE system and communicate other synopsis updates as shown below.

Title Paragraph – Change Anticipated Issue Date to 4/11/2023 and Anticipated Closing Date to 5/31/2024 - Time 2:00 PM EST.

Paragraph 1 – Deleted.

Paragraph 2 – Change anticipated minimum contract quantity to $50,000.00. Change Delivery information to “Delivery for production units is FOB Destination. Delivery for foreign military sales (FMS) production units is FOB Origin.”

Paragraph 4 – Change language to:
This procurement is a 100% small business set-aside. The final contract award decision may be based upon the technically acceptable offer and a combination of past performance, and price evaluation factors as described in the solicitation. The Government intends to award to the responsible contractor whose technically acceptable offer constitutes the best value to the Government, considering past performance and price related factors.

Paragraphs 5 – 10 are updated as shown below.
The Draft Technical Data Package (DTDP) is posted as an attachment to this synopsis. The DTDP contains Specifications, Automated Data Lists (ADLs) with Drawings, and Contract Data Requirements Lists (CDRLs). The DTDP is being provided for comments/questions prior to solicitation issuance; all comments/questions shall be received by Mon 4/10/2023 prior to the estimated solicitation issue date of Tues 4/11/2023.

Contractors must be properly registered in the System for Award Management (SAM), the Joint Certification Program (JCP), and the Procurement Integrated Enterprise Environment (PIEE) 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 .

Information about PIEE is located at https://piee.eb.mil.

Information regarding how to set up a vendor registration is included in this link: DoD Procurement Toolbox https://dodprocurementtoolbox.com/site-pages/solicitation-module. Choose Vendor Access Instructions.

Further training is available at this link: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml.

All changes that occur prior to the closing date will be posted to PIEE on https://piee.eb.mil. 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.

Contact Information

Contracting Office Address

  • WARFARE CENTER 300 HIGHWAY 361
  • CRANE , IN 47522-5001
  • USA

Primary Point of Contact

Secondary Point of Contact





History