SOURCES SOUGHT
58 -- Silver Chloride - Magnesium Seawater Sonobuoy Batteries
- Notice Date
- 6/21/2011
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-11-R-0054
- Archive Date
- 7/22/2011
- Point of Contact
- Jacob T Leitch, Phone: 3017579072
- E-Mail Address
-
jacob.leitch@navy.mil
(jacob.leitch@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Naval Air Warfare Center, Aircraft Division (NAWCAD) Patuxent River, Maryland, is announcing its intention to seek all qualified vendors of Silver Chloride - Magnesium Seawater Sonobuoy Batteries manufactured in accordance with Undersea System Sensor, Inc. drawings for AN/SSQ-110A sonobuoys, USSI part no. 54006A-801 in support of PMA-264's Production Sonobuoy program. These batteries will be used to replace the seawater batteries that are currently installed in USSI manufactured AN/SSQ-110A sonobuoys. NAWCAD is soliciting a minimum of 3,200 batteries and a maximum of 4,200 batteries. A single quantity will be awarded. These batteries must meet "form, fit and function" capabilities with the AN/SSQ-110A sonobuoys. A single year contract is anticipated. The PSC for this requirement is 5845. The NAICS code is 334511 and the size standard is 750 employees. REQUIREMENTS Batteries shall be packaged and marked in accordance with the contractor's standard commercial practices. GFM Silver will be provided by the Government. The Contractor shall inform the Government of its required silver usage per battery. The AN/SSQ sonobuoy acquisitions require access to classified information, up to the SECRET level, in accordance with OPNAVINST 5510.13H. This Sources Sought is not open to participation by foreign firms at the prime contractor level. A Government qualified design is defined as either a design that has been or currently is being delivered to the Government OR a design that has received a letter from the Procurement Contracting Officer declaring the design as qualified. The contract award is estimated to occur in March 2012. Unless otherwise authorized by the PCO, the first 100 batteries shall be delivered NO EARLIER THAN May 31, 2013. After that, the batteries shall be delivered at a rate of no more than 100 per week. SUBMITTAL INFORMATION It is requested that interested vendors submit to the contracting office a detailed capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating the ability to meet the stated requirement. Vendor capability statement packages must address, at a minimum, in order of priority, the following: (1) Provide a detailed plan and estimated schedule showing the company's ability to begin performance upon contract award. (2) Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel. (3) Resources available such as corporate management policies, quality certifications, and currently employed personnel to be assigned tasks under this effort to include professional qualifications, specific experience of personnel, and ability to have personnel located at the sites specified. (4) Company profile to include number of employees, annual revenue history, office location(s) and Data Universal Numbering System number(s). (5) Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organizations supported, indication of whether a prime or a subcontractor, contract values, Government Point of Contact with current telephone number, a brief description of how the contract referenced relates to the requirement described herein. All interested vendors are encouraged to respond. The capability statement package may be sent by mail to Mr. Jacob Leitch (Code 2.5.1.9), Building 441, Naval Air Systems Command, 21983 Bundy Road, Patuxent River, MD 20670; by FAX to (301)757-6516; or by email to jacob.leitch@navy.mil. Submissions must be received at the office cited no later than 4:00 PM Eastern Time, 7 July 2011. Questions or comments regarding this notice may be addressed to Mr. Jacob Leitch via email address provided above. All responses must include the following information: company name; company address; company business size; and point of contact's name, phone number, FAX number, and email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-11-R-0054/listing.html)
- Record
- SN02478174-W 20110623/110621234732-8f454426f1159912a6df2397dc764e79 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |