SPECIAL NOTICE
16 -- REQUEST FOR INFORMATION (RFI)- HARDWARE ENCLOSURE FOR THE NEXT GENERATION SOFTWARE LOADER PROGRAM - NAVAIR P/N 4032AS1110-1 - 19SNB04_att1-3
- Notice Date
- 10/12/2018
- Notice Type
- Special Notice
- NAICS
- 332322
— Sheet Metal Work 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
- N0016419SNB04
- Archive Date
- 12/10/2018
- Point of Contact
- Stewart Lindsey, Phone: 812-854-4571
- E-Mail Address
-
stewart.lindsey@navy.mil
(stewart.lindsey@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-19-S-NB04 - REQUEST FOR INFORMATION (RFI)- HARDWARE ENCLOSURE FOR THE NEXT GENERATION SOFTWARE LOADER PROGRAM - NAVAIR P/N 4032AS1110-1 - FSC 1680- NAICS 332322 Issue Date: 12 OCT 2018 Closing Date: 26 OCT 2018 I. Request for Information (RFI): The Government is issuing this RFI as part of a market survey in accordance with FAR 15.201(e) to determine the availability of potential vendors with the capabilities and facilities to provide Non-Commercial Hardware Enclosure Assemblies, Drive Bay Door Assemblies, and Drive Bay Assemblies for the Next Generation Software Loader Program. The Government has included technical specifications to include a draft Statement of Work and drawings that potential Offerors should review prior to submission. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal (RFP), Invitation for Bid (IFB), or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial and academia status of the industry with respect to current, near-term, and long term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. The attached documents are EXPORT CONTROLLED. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at http://www.dlis.dla.mil/jcp/. Information may be submitted by any government or non-government entity including commercial firms, non-profit organizations, and any institutions of higher education with degree-granting programs in science and /or engineering (universities), or by consortia compromising such concerns. The Crane Division encourages participation by small business, small disadvantaged business, HUB zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. The Government may choose to visit, or host a visit from, any potential sources. This RFI in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information provided. II. BACKGROUND: The United States Navy requires a vendor to manufacture the above referenced hardware enclosures. The information collected here is for technology and market survey purposes only. NSWC Crane is seeking input with regard to potential manufacturing of systems that can meet the desired requirements contained in the attached draft SOW and drawings. III. Responses shall be: 1)Responses are requested by 1400/2:00 PM Eastern Daylight Savings Time (EDT) on 26OCT2018. Any response received after this date will also be considered but may not be included in initial reporting or assessments. 2)All responses should be given in PDF format and emailed to the Contracting point of contact: Mr. Stewart Lindsey. The subject line of the email should include the RFI number (N00164-19-S-NB04) and the respondent's name. If necessary, files too large for email can be sent via AMRDEC SAFE at https://safe.amrdec.army.mil/safe to the Contracting point of contact by the same response date. 3)A suggested submission organization: a)A cover letter (optional). b)A cover page identifying the RFI number (N00164-19-S-NB04), the company name, mailing address, email address, telephone and fax numbers, website address (if available), duns number, cage code and/or tax ID number, business size category (large, small, small disadvantaged, etc.), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. c)Submissions should meet the following requirements: 1.Clear and concise statement of the manufacturing and / or design capabilities of your organization. 2.Describe the technology/manufacturing process that would be used to meet the requirements. 3.The attached drawings contain some parts with a suggested source of supply, please indicate whether you intend to use the suggested source of supply or if you wish to provide an alternate source of supply. If using an alternate source of supply please identify the vendor in your response. 4.Describe any production history of the product or technology being proposed. 5.Provide a budgetary estimate to include quantity price breaks. 6.Indicate if you would be willing to provide product samples to the Government for evaluation if requested by an RFP. 7.Indicate if you can meet the test requirements found in the draft SOW and drawings. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. All information received in response to this notice that is marked proprietary will be handled accordingly. No contract will be awarded 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. White papers may be submitted any time prior to expiration of this announcement. Submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Submissions regarding this announcement may be directed to Mr. Stewart Lindsey, telephone: 812-854-4571, e-mail: stewart.lindsey@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419SNB04/listing.html)
- Record
- SN05122280-W 20181014/181012230454-106d971dbd4bfed2e7fcd48bc78ed413 (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 |