SOURCES SOUGHT
J -- SPS-77_TPS-80 Radar
- Notice Date
- 6/15/2020 10:02:41 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
- ZIP Code
- 93043-5007
- Solicitation Number
- N6339420F0032
- Response Due
- 6/16/2020 2:00:00 PM
- Archive Date
- 07/01/2020
- Point of Contact
- Christine Anderson, Phone: 7574727874, Margaret N. Best, Phone: 5756784322
- E-Mail Address
-
christine.anderson@navy.mil, margaret.best@navy.mil
(christine.anderson@navy.mil, margaret.best@navy.mil)
- Description
- SOURCES SOUGHT: This is a Request for Information (RFI) as defined in FAR 15.201 (e). Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is conducting market research to identify qualified and responsible sources.� These sources may be interested in a potential future procurement for �Engineering, Technical, and Material support services, for United States Navy Littoral Combat Ship (LCS) AN/SPS-77 radar systems and United States Marine Corps (USMC) �AN/TPS-80 Ground/Air Task Oriented Radar (G/ATOR) systems to the Ship Defense Expeditionary Warfare Department, Virginia Beach Detachment, Virginia Beach, Virginia. �This includes, but is not limited to, Engineering Services, Technical Engineering Services, Software Engineering Services, Logistics Support Services, Integration & Test Engineering Services, and procurement and delivery of material to support radar equipment repairs and upgrades.� The Contractor shall provide analyses and studies to include technical and scientific issues and non-recurring engineering for proposed changes relative to the system engineering, manufacturing, test, assembly, and delivery of AN/SPS-77 and AN/TPS-80 Radar systems. The Contractor shall analyze operational and maintenance data to determine design defects detracting from the equipment or system's capability to perform its intended mission and recommend corrections or improvements for translation into engineering changes.� The Contractor shall provide repair parts and repair effort (including emergency repair), test and evaluation, fabrication of alteration, engineering changes, and field changes, overhaul, refurbishment and maintenance of the AN/SPS-77 and AN/TPS-80 Radar Systems which is a significant part of this effort.�� � This RFI is issued for informational and planning purposes only and does not constitute an Invitation for Bid, Request for Quote, or Request for Proposal. This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Responses to this RFI may be used to determine Small Business set-aside opportunities. All Small Business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 811219 .�� In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50% of the cost incurred for personnel shall be employees of the concern. Interested parties shall address the following in their RFI submissions: 1. COMPANY INFORMATION (a) Company name, address, Data Universal Number System (DUNS) number, and Commercial and Government Entity (CAGE) code. (b) Company designated representative name(s) and point(s) of contact, including phone number and email address. (c) Company size status under the applicable NAICS (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.). 2. CAPABILITY STATEMENT Interested parties shall submit a Capability Statement that succinctly addresses the following items to demonstrate the contractor's capability to perform the requirements of the attached draft Statement of Work (SOW): (a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the draft SOW; (b) The contractor's technical ability, or potential approach to achieving technical ability, to perform the requirement. For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, at least 50% of the cost incurred for personnel shall be employees of the concern; and (c) The contractor's capacity or potential approach to achieving capacity, to conduct the requirements of the draft SOW and its attachments. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability. 3. FEEDBACK/QUESTIONS (a) Feedback and questions regarding the feasibility or challenges to perform the work described. RFI responses are limited to no more than 10 pages (8.5 X 11 inch) and 10-point Times New Roman font. Please email responses or questions regarding this requirement to the Contract Specialist, Margaret Best (margaret.best@navy.mil) with copy to the Contracting Officer, Christine Anderson (christine.anderson@navy.mil). NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the RFI. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e5ee32b1f198450ab898a64e7ca79b34/view)
- Place of Performance
- Address: Virginia Beach, VA 23461, USA
- Zip Code: 23461
- Country: USA
- Zip Code: 23461
- Record
- SN05691616-F 20200617/200615230218 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |