SPECIAL NOTICE
66 -- REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT - ELECTRICAL TESTING AND MEASURING PERFORMANCE AND SUPPORT
- Notice Date
- 2/28/2018
- Notice Type
- Special Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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
- N0016418SNB58
- Archive Date
- 3/29/2018
- Point of Contact
- Allyson Housley, Phone: 812-854-4058
- E-Mail Address
-
allyson.housley@navy.mil
(allyson.housley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-18-S-NB58 - REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT - ELECTRICAL TESTING AND MEASURING PERFORMANCE AND SUPPORT - FSC 6625 - NAICS 334515 Issue Date: 28 FEB 2018 - Closing Date: 14 MAR 2018 - 2:00PM EST REQUEST FOR INFORMATION (RFI): The United States Government (USG) is issuing this RFI announcement as part of market research to justify the Government position to award a sole source contract for a regenerative battery testing system used in support of the US Navy Submarine Fleet. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award this sole source contract to: NH Research, 16601 Hale Avenue, Irvine, CA 92606. The Government intends to make a one-time buy of the regenerative battery test system consisting of twenty-one (21) cabinets (NH Research model number 9300-100). Award is intended during quarter one for fiscal year 2019 and delivery date will be no later than ten (10) months after receipt of order. 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, one responsible source and no other supplies of services will satisfy agency requirements. The basis for restricting competition is the vendor's ability to meet the form, fit and function requirements of the existing battery test and data acquisition systems of the Submarine Valve-Regulated Lead-Acid (VRLA) testing laboratory. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This RFI 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. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description of support for testing systems similar to the Submarine VRLA testing laboratory, a statement of current capability and a reason why the Government should not procure these systems on a sole source basis as stated above, and/or identify other Government contracts with similar efforts for the Government(s) consideration. 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: N00164-18-S-NB58 The Contractor must be properly registered in the Government System for Award Management (SAM) to receive an award. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov/. 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 Ms. Allyson Housley, telephone 812-854-4058 and e-mail: allyson.housley@navy.mil. The mailing address is: NAVSURFWARCENDIV Crane, attention Ms. Allyson Housley, Code 0233, Bldg 3373, 300 Highway 361, Crane, IN 47522-5001. If any part of the submittal is classified, please contact the POC for appropriate submission information. Reference the above RFI number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB58/listing.html)
- Record
- SN04837916-W 20180302/180228231312-b747be9c2f9d454fa3a3d4b8280ccfc0 (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 |