Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2016 FBO #5291
SOURCES SOUGHT

J -- Photonics Program Depot Repair Services - Sources Sought Attachments

Notice Date
5/17/2016
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-R-2174
 
Point of Contact
Adrienne M. Gregor, Phone: 4018328635
 
E-Mail Address
adrienne.gregor1@navy.mil
(adrienne.gregor1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Navy seeks to identify potential sources to provide depot level repair, maintenance and upgrade services for the Photonics Mast (PM) and the Photonics Mast Variant (PMV) Sensor Units. The Government anticipates a follow on to the current contract (N66604-16-D-0349) to be placed in January 2019. Photonics Mast Sensor Units are used on board U.S. Submarines (774 Class and 726 Ship, Submersible, Guided Missile, Nuclear [SSGN] Class respectively) to provide Infrared (IR) and visible electro-optical capabilities as well as antennas for communications. Photonics Mast Sensor Unit images are displayed on consoles located in the command and control center of the submarine. These consoles provide for sensor control, image and system status display, image enhancement, and data storage / retrieval. Depot level repair services shall include the following activities performed on incoming Photonics Mast Sensor Units and Depot Level Repairable (DLR) items: • Repair of In-Service Failures • Conversions / Overhauls (Class A or Class B) • Upgrades (in accordance with Preliminary Engineering Change Proposals [PECPs] or Engineering Change Proposals [ECP]s) • Procurement of hardware to support repairs and upgrades The depot maintenance facility shall be large enough to accommodate the receipt, storage, safe transportation, disassembly, testing, repair, and assembly of the Photonics Mast Sensor Units Depot Level Repairable (DLR) items and the associated tools, test equipment, Government Furnished Material (GFM), Government Furnished Property (GFP), Contractor Furnished Material (CFM), and Contractor Furnished Equipment (CFE). Depot level maintenance work shall be performed by certified personnel using processes/procedures stipulated in Government approved documentation such as Depot Maintenance Instructions (DMI), Depot Test Specifications (DS), Test Specifications (TS) or Test Methods (TM), and Assembly Drawings / Electrical Schematics. Repair of the Photonics Mast Sensor Units shall be at an expected rate of two (2) units per month with an expected surge capability of three (3) units per month when required. Additional information regarding these requirements is provided in the following attachments: Attachment #1: Photonics Mast Subsystem Sensor Unit Depot Maintenance Technical Manual: ER2000.88 - Revision E Attachment #2: Photonic Mast Program and Photonic Mast Variant PEO SUB PMS435 Depot Certification Manual: Depot Certification Manual PMS435, 032511 (Approved 29 APR 2011) Attachment #3: N66604-16-D-0349 SOW Interested parties are requested to respond to this Sources Sought Notice with a white paper in Microsoft Word for Office compatible format. Responses shall be submitted in writing, via e-mail only, to NUWCDIVNPT Contracting Office, POC Adrienne Gregor, at adrienne.gregor1@navy.mil. The response must address, at a minimum, the following: Section 1 - Introduction: This section of the white paper shall identify the Sources Sought number and title, and shall include the following: • Company Name and CAGE Code, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) Code 333314 - Optical Instrument and Lens Manufacturing. Section 2 - Technical Capability: Provide a detailed technical response that addresses the tasks identified in the current contract, N66604-16-D-0349, SOW, Attachment #3 to this Sources Sought. This section of the white paper shall not exceed (20) pages. • Contractor's Facility Clearance up to SECRET level • Statement regarding capability to obtain the required industrial security clearances for personnel up to the SECRET level • The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW • Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the Contract/Purchase Order with its' own employees • The contractor's capacity or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified • Contractor's date to begin performance upon Contract award • A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Section 3 - Past/Current Performance: Provide one (1) example of prior/current corporate experience performing similar depot level maintenance efforts 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 services described in Attachment #3 - N66604-16-D-0349 SOW. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE (RFQ). 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 ANNOUNCEMENT. 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/N66604-16-R-2174/listing.html)
 
Record
SN04119543-W 20160519/160517234856-de202e612e8d1c430c0f541fb71bc2fe (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.