SPECIAL NOTICE
59 -- New Manufacture of AEGIS Shipping Containers
- Notice Date
- 11/2/2022 7:47:21 AM
- Notice Type
- Special Notice
- NAICS
- 332710
— Machine Shops
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016423SNB10
- Response Due
- 11/7/2022 2:00:00 PM
- Point of Contact
- Logan Wagler, Phone: 8128541061
- E-Mail Address
-
logan.d.wagler.civ@us.navy.mil
(logan.d.wagler.civ@us.navy.mil)
- Description
- N0016423SNB10 � New Manufacture of AEGIS Shipping Containers� PSC � 5960 - NAICS 332710 Issue Date: 02 November 2022 � Closing Date: 17 November 2022 � 17:00 EST SECTION 1: INTRODUCTION This is a Request for Information (RFI) issued by the Department of the Navy, Naval Surface Warfare Center, Crane Division (NSWC Crane), on behalf of the Aegis Program. The Government is conducting market research seeking industry inputs and interest for the procurement of shipping containers. The containers will be used to transport high power amplifiers throughout the world. There are four different variants of polyethylene containers. The fifth container is constructed of aluminum with a polyethylene insert. The basis for the containers is contained in the technical specifications listed in Section 3.� It is NSWC Crane�s intent to contract for the containers under a new competitively awarded contract in FY23. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this RFI is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.� This does NOT constitute a Request for Proposal.� The Government is NOT seeking or accepting unsolicited proposals.� This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government.� Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. �Not responding to this RFI does not preclude participation in any future solicitation.� If a solicitation is issued in the future, it will be announced via SAM.GOV and interested parties must comply with that announcement.� It is the responsibility of interested parties to monitor SAM.GOV for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist email address.� Verbal questions will not be accepted.� Questions shall not contain classified information. SECTION 3: REQUIREMENTS OVERVIEW A brief overview of the notional shipping container requirements are provided as follows: CFA Container - 6096719 Dimensions : 23� x 23� x 21� Material : Polyethylene shell, White, Flame Retardant, Nominal Wall Thickness: 0.188� Foam Insert : Polyurethane foam, Flexible, Fire Retardant Design : Split shell, Aluminum Alloy mating rings with sealing gasket, handles, and wing-type rotary-action draw latches Features : Molded indexing grooves for stackability, pressure equalizing/relief valve, humidity indicator 10 kW TWT Container - 6096739 Dimensions : 42� x 18� x 15� Material : Polyethylene shell, White, Flame Retardant, Nominal Wall Thickness: 0.188� Foam Insert : Polyurethane foam, Flexible, Fire Retardant Design : Split shell, Aluminum Alloy mating rings with sealing gasket, handles, and wing-type rotary-action draw latches Features : Molded indexing grooves for stackability, pressure equalizing/relief valve, humidity indicator Switch Tube Container - 6096690 Dimensions : 15� x 15� x 20� Material : Polyethylene shell, White, Flame Retardant, Nominal Wall Thickness: 0.188� Foam Insert : Polyurethane foam, Flexible, Fire Retardant Cushioning Material : Packaging, Unicellular Polyethylene foam Design : Split shell, Aluminum Alloy mating rings with sealing gasket, handles, and wing-type rotary-action draw latches Features : Molded indexing grooves for stackability, pressure equalizing/relief valve, humidity indicator CWI Container - 6574500 Dimensions : 40� x 23� x 20� Material : Polyethylene shell, White, Flame Retardant, Nominal Wall Thickness: 0.188� Foam Insert : Polyethylene foam, Flame Retardant, White and Polyurethane foam, Flexible, Fire Retardant Design : Split shell, Aluminum Alloy mating rings with sealing gasket, handles, and wing-type rotary-action draw latches Features : Molded indexing grooves for stackability, pressure equalizing/relief valve, humidity indicator SDR Container - 6155778 Dimensions : 86� x 25� x 28� Material : Aluminum 6061-T6, Carbon Steel SAE-AISI 1018 Foam Cushion : Polyethylene foam, Flame Retardant Strong Back Material : Polyethylene Powder, High Density Flame Retardant for Rotational Molding, Stainless Steel ASTM A304 or A316, and tie down webbing Design : Split shell with sealing gasket, handles, latches, removable strong back with foam cover Features : Fork lift ready, hand truck capable, pressure equalizing/relief valve, humidity indicator SECTION 4: SUBMISSION OF RESPONSES Responses to this RFI should be submitted by 17 November 2022 17:00 EST to the Contract Specialist Logan Wagler, Code 0241, via email at logan.d.wagler.civ@us.navy.mil, and copy marisa.l.ohl.civ@us.navy.mil and Stephen Bradley, stephen.j.bradley17.civ@us.navy.mil. All responses shall reference the notice number (N0016423SNB10) when responding to this notice.� SECTION 4.1: CONTENT Companies responding to this RFI should provide a response not to exceed ten (10) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested.� Responses should indicate sufficient detail for assessment of potential design architecture, strategies and company interest; submissions should be organized as follows: Cover Sheet: Notice number and name, address, company, business size, technical point of contact, with printed name, title, email address, telephone number, and date Table of Contents: Include a list of figures and tables with page numbers General response information List of abbreviations and acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. Responses should, at a minimum, address the following questions: What experience does your organization have in design, developing, and producing containers for military applications? What design architecture is being considered to achieve the requirements listed in section 3 of the RFI? What is the expected unit price of the containers outlined under this RFI in quantities of up to 1, 10, 50, 100? How long does your organization estimate it would take to complete the notional scope of work contained in Section 3 of this RFI? What technical risks were identified in meeting the scope of work outlined in Section 3 of this RFI? Is there any additional information or input you would like to provide as it relates to the high power amplifier as outlined under this RFI? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses.� The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified.� Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Stephen Bradley at stephen.j.bradley17.civ@us.navy.mil �with a copy to the Contract Specialist, Logan Wagler at logan.d.wagler.civ@us.navy.mil. SECTION 4.3: FORMATTING NSWC Crane will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details: Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. Paper should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft PowerPoint .pdf Adobe Acrobat .mmpx Microsoft Project Submitted electronic files should not be compressed.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e7aa364cdf6a4531aa8ff702d2eceae5/view)
- Record
- SN06507761-F 20221104/221102230051 (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 |