SOURCES SOUGHT
58 -- Sources Sought: OB-122 Outboard Electronics Canisters for the Wide Aperture Array and TD-1479 Outboard Electronics Canisters for the Large Spherical Array
- Notice Date
- 11/16/2020 4:37:58 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-21-R-0126
- Response Due
- 11/26/2020 11:00:00 AM
- Archive Date
- 12/11/2020
- Point of Contact
- Andrew Kenyon, Alison Wicks
- E-Mail Address
-
andrew.kenyon1@navy.mil, alison.c.wicks@navy.mil
(andrew.kenyon1@navy.mil, alison.c.wicks@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought #N66604-21-R-0126, NUWC Code 1535, OB-122 Outboard Electronics Canisters for the Wide Aperture Array and TD-1479 Outboard Electronics Canisters for the Large Spherical Array THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to identify potential eligible small businesses capable of producing the items described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). NUWC Division Newport (NUWCDIVNPT) is seeking to identify potential small business sources capable of producing Build-to-Print OB-122 Outboard Electronics (OBE) Canisters for the Wide Aperture Array (WAA) and TD-1479 OBE Canisters for the Large Spherical Array (LSA). The NAICS for this requirement is 334511 with a size standard of 1,250 employees.� This OBE Canisters were previously procured from Harris Acoustic Products Corporation. The anticipated ordering period will span 5 years from the date of award. All interested small businesses are encouraged to submit a Capability Statement (no more than 5 pages in length, single spaced, 12 point font minimum) addressing� at a minimum, the following: Section 1: Introduction.� Identify the Sources Sought Number and Title Section 2: Corporate Description.� Name of Company and address Contract number Confirmation of Company size status under NAICS Code 334511 Ownership, including whether:� Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business Two points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number Section 3. Past/Current Performance.� Provide one (1) example of prior/current corporate experience similar technical capability within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to OBE Canister production. Section 4.� Technical Response.� Provide a technical response that includes the following: The contractor�s approach to execute the requirements of the SOW.� A discussion of manufacturing and test facilities and equipment the contractor will utilize in order to meet the procurement requirements. If the potential offeror does not own its facilities and equipment, the offeror shall discuss its plan to �have a commitment or an arrangement to rent, purchase or otherwise acquire the needed facilities and equipment.� Attachment (1) DRAFT Statement of Work (SOW) Attachment (2) Build-to-Print Drawing Packages Capability Statements must be submitted to Andrew Kenyon, Contracts Negotiator at Andrew.kenyon1@navy.mil no later than 14:00 EDT on 11/26/2020.� Questions or comments must be submitted by 14:00 EDT 11/21/2020.� All interested small businesses are encouraged to respond. Absolutely no requests for extensions will be honored.� Late responses will not be considered. The results of this Sources Sought will be used to determine if a Small Business Set-Aside opportunity exists.� After review of the submitted Sources Sought, NUWCDIVNPT will release a Pre-Solicitation Synopsis which will identify the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business) prior to release of the final RFP.� It is anticipated that the RFP will be posted in early January 2021, with contract award in late September 2021.� DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL (RFP).� THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad3633dbb21c4c9aa9076e944b3af77c/view)
- Record
- SN05854148-F 20201118/201116230141 (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 |