Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2019 FBO #6493
SPECIAL NOTICE

61 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT -TEST AND REPAIR THE SWITCHING POWER SUPPLY (P/N 459521-1) AND LINEAR POWER SUPPLY (P/N 459522-1) FOR THE AN/ALQ-99 TACTICAL JAMMING SYSTEM (TJS)

Notice Date
9/3/2019
 
Notice Type
Special Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component 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
N0016419SNC26
 
Archive Date
10/1/2019
 
Point of Contact
David Stuffle, Phone: 812-854-5550
 
E-Mail Address
david.stuffle@navy.mil
(david.stuffle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N0016419SNC26- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT -TEST AND REPAIR THE SWITCHING POWER SUPPLY (P/N 459521-1) AND LINEAR POWER SUPPLY (P/N 459522-1) FOR THE AN/ALQ-99 TACTICAL JAMMING SYSTEM (TJS) - FSC 6130 - NAICS 335999 Issue Date: 3 SEP 2019 - Closing Date:16 SEP 2019 - 4:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research for the test and repair of the Switching Power Supply (P/N 459521-1) and Linear Power Supply (P/N 459522-1) in support of the AN/ALQ-99 Tactical Jamming System (TJS). Quantities required are not known at this time. This will be a firm fixed price five year indefinite delivery indefinite quantity (IDIQ) contract. The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the original equipment manufacturer of these power supplies, HDL Research Lab, Inc., Brenham, TX 77833-2348. 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 to the HDL Research Lab for the repairs is that the Government does not possess rights to the required documentation necessary to test and repair the items. It is estimated it would cost approximately $1,056,000 to procure a technical data package sufficient to enable someone other than the OEM to perform the repairs. 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. Companies with the capabilities and facilities to that would enable them to meet the Government's requirements may respond. Responses shall address how the respondent proposes to test and repair the power supplies without the necessary documentation and overcome the time delays and cost associated with the tasks described in the preceding paragraph. 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 repair cost, and an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the estimates of duplication of costs and time delays. 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: N0016418SNC26 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. 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. David Stuffle david.stuffle@navy.mil or 812-854-5550. The mailing address is: NAVSURFWARCENDIV Crane Attention David Stuffle, 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. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419SNC26/listing.html)
 
Record
SN05429420-W 20190905/190903231417-5ca48d77d6f0cf8c71b64c1c7e0158eb (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.