Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2017 FBO #5857
SPECIAL NOTICE

81 -- SOURCES SOUGHT- INFORMATION TO MEET REQUIREMENTS FOR PRODUCTION REQURIEMENTS OF FIXED SITE SHELTERS AND RECEIVER/TRANSMITTER PODS - BILL OF MATERIAL - SOW

Notice Date
12/4/2017
 
Notice Type
Special Notice
 
NAICS
332439 — Other Metal Container Manufacturing
 
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
N0016418SNB25
 
Archive Date
1/2/2018
 
Point of Contact
Amber Graves, Phone: 812-854-8539
 
E-Mail Address
amber.graves1@navy.mil
(amber.graves1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
sow BILL OF MATERIAL N00164-18-S-NB25 -SOURCES SOUGHT- INFORMATION TO MEET REQUIREMENTS FOR PRODUCTION REQURIEMENTS OF FIXED SITE SHELTERS AND RECEIVER/TRANSMITTER PODS. FSC 8145 AND 5450 - NAICS 332439 Issue Date: 4 December 2017- Closing Date: 18 December 2017 This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. There is no formal solicitation at this time. This Sources Sought Notice 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 U.S. 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 or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosure to non-Government personnel and entities. Your interest in this response is appreciated. The Crane Division, Naval Surface Warfare Center is seeking interested parties to meet requirements for production of Fixed Site Shelters and Receiver / Transmitter Pods. The Government requests interested parties to provide detailed information including identifying production capabilities (along with surge capacity) for a combination of Fixed Site Shelters total of 58 units in the first lot with capability to produce up to 100 units per year in varying quantities of Fixed Site Shelters and Receiver / Transmitter Pods. Statement of Work and Bill of Materials provided is in draft form. Production Facility: USA. Basic Requirements: 1. Contractor shall be registered in the Joint Certificate Program (DD Form 2345 data base. 2. Corrosion Control Capabilities 3. Painting capabilities (Desert Tan, Federal Standard 595C. Chip # 33446 and possible Haze Gray, Chip # TBD) 4. Welding (including welder certification procedures) 5. Program Management (including: in-house, subcontractor, data management, and scheduling) 6. System Engineering (application of Class 1 Engineering Change Proposal (ECP) incorporation into existing production efforts). 7. Obsolescence management. 8. Internal procurement processes to handle large number of sub-contracted assemblies and piece parts. 9. Surge capabilities for increased quantities beyond the basic award for each year (i.e., increase from 58 to 108 units). 10. Mature scheduling system to assure timely completion of production efforts. 11. Quality Control System - ISO 9000 12. Piece Parts Inventory control system (incoming inspection, mechanical measurement system, Non-Conforming Material Segregation, etc.) Additional Desired Characteristics: The vendor shall provide information on the following areas: 1. Past performance on large contracts, greater than $10M. 2. Past performance on production efforts with parts lists ranging between 750 and 1500 line items. 3. Past performance on corrosion control efforts of equipment in a marine environment. 4. Past performance on contracts requiring painting of large items (i.e., Fixed Site Shelter dimensions are approximately 72" H by 74" W by 104" Long). 5. Past performance on contracts requiring welding to ISO 1161 - Containers, Series 1 Freight - Corner Fittings, Specification. 6. Past Performance on integration efforts related to Electronic Warfare (EW) and/or Intelligence Surveillance and Reconnaissance (ISR) systems for fixed site deployment. 7. Production Facilities to handle large items (i.e., Fixed Site Shelter: 72" H by 74" W by 104" Long) 8. Production Facilities for fabrication of sheet metal. 9. Identify all sub-contracting efforts that may be required to meet this contract production requirement. Interested parties should contact the designated point of contact (POC) before deciding to submit any relevant information, such as applicable product literature, features, general specifications, performance specifications, qualification and test data, rough order of magnitude pricing, and current relevant applications. POC is Amber Graves, amber.graves1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB25/listing.html)
 
Record
SN04755708-W 20171206/171204230855-4129f492619520c5a5575ff6cbdbccba (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.