Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2016 FBO #5167
SOLICITATION NOTICE

63 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – A HIGH SPEED DIGITAL SYSTEM-ON-A-CHIP (SOC) AND RADIO FREQUENCY (RF) CAPABLE TEST PLATFORM - 16RGM47_ATT_1

Notice Date
1/14/2016
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016416RGM47
 
Archive Date
3/15/2016
 
Point of Contact
Darren Devido,
 
E-Mail Address
darren.devido@navy.mil
(darren.devido@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
16RGM47_ATT_1 N00164-16-R-GM47- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - A HIGH SPEED DIGITAL SYSTEM-ON-A-CHIP (SOC) AND RADIO FREQUENCY (RF) CAPABLE TEST PLATFORM FSC 6350 - NAICS 561621 Issue Date: 14 JAN 2016 - Closing Date: 29 JAN 2016 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research for a high speed digital SOC and radio frequency (RF) capable test platform. The SOC test system shall be a replacement for an existing Advantest Verigy 93K test system. The new system must be capable of testing to specification all past components using the preexisting hardware from the old Advantest Verigy 93K Single Density system and have the additional capability of testing RF components. See attached draft specification to review the technical requirements provided as attachment 1 to this document. The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the Original Equipment Manufacturer (OEM) Advantest America Inc., 3061 Zanker Road San Jose, CA 95134, (CAGE 0P925). This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition to the Advantest 93K test system is to avoid roughly $4.7M in cost duplication and prevent as much as six years unnecessary schedule impact. The Government expended considerable effort and expense to develop the current testing capabilities consisting of hardware and software development, development of test procedures, configuration management and anti-counterfeit/anti-tamper hardware and software development. The estimated cost to restore capability if a different test system is procured is projected to be roughly $4.7M higher than the proposed cost to convert capability if a new Advantest 93K test system is procured. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with the capabilities and facilities to provide components that meet the Government's requirement and qualification requirements for high speed digital SOC and radio frequency (RF) capable test platforms may respond. Responses shall address how the Government can offset the estimated $4.7 million in cost duplication and the schedule delay that are anticipated to result if a new source is utilized. Responses shall include availability, budgetary cost estimate, and lead time of the solution. All interested parties may submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the significant Government investment in the existing Advantest Verigy 93K test system. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-16-R-GM47 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable source for future requirements; to take exception to the anticipated sole source as your company currently meets all of the Government requirements and can successfully offset the projected cost duplication and schedule delays. The Government may contact RFI respondents to get clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact (POC) any time prior to the expiration of this announcement. The POC for this effort is Mr. Darren Devido, darren.devido@navy.mil or 812-854-2894. The mailing address is: NAVSURFWARCENDIV Crane Attention Darren Devido, Code 0221, Bldg 121 300 Highway 361, Crane, IN 47522-5001. Responses to this RFI/sources sought may be emailed to the POC above. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416RGM47/listing.html)
 
Record
SN03992400-W 20160116/160115083434-6e0f1e53ab85938a195abc6c7b6ff96b (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.