SOURCES SOUGHT
20 -- LCAC Lightweight Armor Panels - Draft PWS
- Notice Date
- 3/19/2015
- Notice Type
- Sources Sought
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division, Code B32, 110 Vernon Ave, Panama City, Florida, 32407, United States
- ZIP Code
- 32407
- Solicitation Number
- N61331-15-Q-KL01
- Archive Date
- 6/30/2015
- Point of Contact
- Kenneth F. Longstreet, Phone: 8506366012, Otis M. Nattiel, Phone: 8502344852
- E-Mail Address
-
kenneth.longstreet@navy.mil, otis.nattiel@navy.mil
(kenneth.longstreet@navy.mil, otis.nattiel@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS This is a Sources Sought market survey for written information only. This is not a solicitation announcement for proposals, and no contract will be awarded from this announcement. All information shall be provided free of charge to the Government. The purpose of this Sources Sought announcement is to identify sources capable of providing support for this effort. The information received will be used to determine if the whole requirement, or a portion of the requirement, can be set aside for small business, 8(a) business development participants, HUBZone small business concerns, service-disabled veteran-owned small business concerns, economically disadvantaged women-owned small business concerns or women-owned small business concerns eligible under the Women-Owned Small Business Program. Responses from small businesses are highly encouraged. The Government reserves the right to consider a small business set-aside or 8(A) set-aside based on responses submitted hereto. NAICS Code 336992 applies. Small Business Size Standard is 1,000 employees. Naval Surface Warfare Center Panama City Division (NSWC PCD), Panama City, Florida has a requirement for armor panels for installation on the Landing Craft Air Cushion (LCAC). The DRAFT Statement of Work (SOW) attached to this Sources Sought Announcement outlines the specific level of support required. Interested small businesses concerns should review the attached draft SOW and submit capability statements reflecting their companies' capabilities to provide the effort described in the SOW. Note that the SOW is only a draft and may change when the solicitation is issued; however, the core requirement will not change. Distribution of the applicable drawing is limited to U.S. DoD Contractors only. The drawings contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C. SEC 2841 ET SEQ). The Contractor shall submit requests for the drawings for the Specification for Portable Composite Armor for Landing Craft Air Cushion no later than 27 March 2015, 4:00PM CDT. NSWC PCD will review all request to determine if the contractor meets the necessary security requirements for release of the drawings. Once security audits are completed, NSWC PCD anticipates providing the drawings to approved contractors via email. Request for the drawing shall be submitted via email to Kenneth.longstreet@navy.mil and Otis.nattiel@navy.mil. U.S. DoD Contractors must have the capability and Facility Security Clearance required to store classified information up to the "confidential" level in order to be eligible to receive Appendix A to the Specification for Portable Composite Armor for Landing Craft Air Cushioned. Requests for classified Appendix A must be submitted in accordance with the instructions provided in an Attachment to the SOW. Requests must include the contractors CAGE code, classified mailing address, and contact information for the Facility Security Officer. Note: Appendix A will not be released for this Sources Sought Notice and will only be released when the solicitation is posted via FBO. Interested companies shall include the following information in their responses to this Sources Sought Notice: (1) CAGE CODE (2) Description of their capability of performing the requirements in the draft SOW; (3) Name and address of firm; (4) Size of business including average annual revenue for past three years, number of employees, and type of small business (8 (a), Women-Owned, HUB-Zone, Veteran- Owned, Service-Disabled-Veteran-Owned Business); (5) Ownership including Country of Ownership and DUNS Number; (6) Number of years in business; (7) Two points of contact including: name, title, phone and e-mail address. One of the points of contacts must be the Facility Security Officer. There is no specific format or outline submittals must follow. Summaries should be no longer than 10 pages in length. Submit responses to Ken Longstreet, at kenneth.longstreet@navy.mil and Otis Nattiel, otis.nattiel@navy.mil via email no later than response date and time listed in the announcement. Questions can be submitted via e-mail to: kenneth.longstreet@navy.mil and otis.nattiel@navy.mil. Questions submitted via e-mail shall identify the sources sought number N61331-15-Q-KL01. Responses to this market survey should be e-mailed to kenneth.longstreet@navy.mil and otis.nattiel@navy.mil and shall identify the sources sought number N61331-15-Q-KL01. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or site visit as deemed necessary. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in Federal Business Opportunities (FedBizOpps).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d8e78bd6371a00f141e23c8781568ee8)
- Record
- SN03673873-W 20150321/150320000023-d8e78bd6371a00f141e23c8781568ee8 (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 |