Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2015 FBO #4885
SOURCES SOUGHT

58 -- TR-364 HFSA Projector - CIPS

Notice Date
4/8/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-15-R-1556
 
Archive Date
5/9/2015
 
Point of Contact
Brett P Griffin, Phone: 401-832-2150, ,
 
E-Mail Address
brett.griffin@navy.mil,
(brett.griffin@navy.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Code 0223 Contracts Department in support of 1535 FLEET SENSORS & CABLES ENGINEERING BRANCH Sources Sought # N66604-15-R-1556 PURPOSE/DESCRIPTION This Sources Sought Synopsis announcement is being conducted to identify potential sources that possess the technical capability, facilities/equipment and qualifications to meet the Government's minimum needs for the design, documentation, manufacturing, testing, packaging, and delivery of TR-364 First Article and Production projectors which meet the performance requirements of the TR-364 Critical Item Performance Specification (CIPS). The Government has uploaded the CIPS. A source is required to be registered thorough the DOD Joint Certification Program (JCP) to obtain the CIPS. See website http://www.dlis.dla.mil/jcp for further information. MINIMUM REQUIREMENTS •· The contractor shall design, document, manufacture, test, package, and deliver First Article and Production TR-364 projectors which meet the requirements of applicable document 3.1 NAVSEA Drawing Number: 53711-7545925 Critical Item Performance Specification (CIPS) for the TR-364 High Frequency Sail Array Projector. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. The Sources Sought notice is a market research tool being used to help determine potential firms capable of providing the products and services as described in this notice. The information will help determine the method of acquisition and the best approach for issuance of a Request for Proposal (RFP). The contractor must be able to meet the minimum requirements. The NAICS code for this requirement is 334511 with a size standard of 750 employees. All interested large and small businesses are encouraged to respond. The information received in response to this Sources Sought Notice will be help to determine the method of soliciting the TR-364 requirement such as: 100% set-aside for Small Business, Sole Source, or on an unrestricted basis This procurement is follow-on to contract N66604-05-D-0822 which was solicited on an unrestricted basis. The incumbent was Harris Acoustic Products Corporation (now Ultra Electronics Ocean Systems, Inc.). After a thorough review of the information received in response to the Sources Sought Notice, the NUWCDIVNPT Contracts Department intends to release a Synopsis through the FEDBIZOPPS to [SMD1] Industry regarding the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service Disabled Veteran-Owned Business Set Aside, Sole Source) prior to release of the final Request for Proposal (RFP). It is anticipated that the RFP will be posted in 2015. The resulting Contract will use Firm Fixed Price (FFP) provisions. NUWCDIVNPT is requesting that interested businesses (sources) respond with a brief capabilities statement package. The capabilities should be no more than 5 pages in length, single spaced, 12 point font minimum. Pictures, brochures, and/or visual aids to support the narrative are encouraged if available to demonstrate your organizations ability to meet the minimum requirements described above. Please forward this information to Brett Griffin, Contracting Officer, at brett.griffin@navy.mil, or via fax at (401) 832-4820. Please submit questions or comments no later than 14:00 EST on 4/10/2014. Absolutely no requests for extensions will be honored. Late responses shall not be considered. The Technical Capability Statement must address the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. •· Name of Company and address •· Confirmation of Company size status under NAICS Code 334511 •· Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business •· Two points of contact, including: Name, title, phone, and e-mail address •· CAGE Code and DUNS Number Section 3: Past/Current Performance. Provide one (1) example of prior/current corporate experience providing similar technical capability within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the item described herein. Section 4: Technical Response. Provide a detailed technical response that addresses the Government's minimum requirements: •· Statement regarding contractor's capability to obtain a facility clearance at the confidential level. •· Statement regarding capability to obtain the required industrial security clearances for personnel. •· The Contractor shall describe how it will meet the Critical Item Performance Specification (CIPS) requirements. •· Contractor's expected period of performance from Contract award to delivery of TR-233D Transducers. •· The potential offerors shall describe the test facilities and equipment to which they have access in order to meet the procurement requirements. If the potential offeror does not own its facilities and equipment, the offeror shall provide evidence that it will have a commitment or an arrangement to rent, purchase or otherwise acquire the needed facilities and equipment. ATTACHMENT (1): Critical Item Performance Specifications ATTACHMENT (2): Draft Statement of Work DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS 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 ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-15-R-1556/listing.html)
 
Place of Performance
Address: United States
 
Record
SN03693936-W 20150410/150408235656-c0bf01922abb06be5bda7ab1c89931b6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.