SPECIAL NOTICE
R -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - AN/VLQ-13(V) CVRJ COUNTERMEASURE REPAIRS, SPARES, AND ENGINEERING SERVICES
- Notice Date
- 4/19/2018
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- 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
- N0016418SNB70
- Archive Date
- 5/15/2018
- Point of Contact
- Roger Brett, Phone: 812-854-5269
- E-Mail Address
-
roger.brett@navy.mil
(roger.brett@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-18-S-NB70- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - AN/VLQ-13(V) CVRJ COUNTERMEASURE REPAIRS, SPARES, AND ENGINEERING SERVICES- PSC R425 - NAICS 541330 Issue Date: 19 APR 2018 - Closing Date: 30 APR 2018 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT - The Government is issuing this RFI/sources sought announcement as part of market research for AN/VLQ-13(V) CREW Vehicle Receiver Jammer Countermeasures Systems. SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI): - The Government is issuing this RFI/sources sought announcement as part of market research for procurement of Program Management Support, Systems Engineering Support, Field Service Representatives, Equipment Support, Depot Operations Repair Support, and Foreign Military Sales (FMS) Support in support of the AN/VLQ-13(V) CREW Vehicle Receiver Jammer Countermeasures Systems. The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source Basic Ordering Agreement (BOA) to the Original Equipment Manufacturer (OEM) Impact Sciences and Technology, Inc., 85 NW Blvd., Nashua, NH. 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 is duplication of costs to the Government in qualifying a new vendor would not be recouped through competition and the Government does not have unlimited rights to the proprietary data necessary to develop a competitive technical data package. 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. The Government is seeking information from companies mitigating the sole-source basis listed above. Companies with the capabilities and facilities to provide services and supplies that meet the Government's requirement and may respond. Responses shall address how the Government can offset the estimated $7.3 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 AN/VLQ-13(V) CREW Vehicle Receiver Jammer Countermeasures Systems 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-NB70 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. All information received in response and marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. NSWC Crane makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. 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. Roger Brett roger.brett@navy.mil or 812-854-5269. The mailing address is: NAVSURFWARCENDIV Crane Attention Roger Brett, Code 0242, 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. Reference announcement number N00164-18-S-NB70 in all correspondence and communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB70/listing.html)
- Record
- SN04894857-W 20180421/180419230507-26e191805d8b1fd0986875bf609e1146 (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 |