Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2023 SAM #7752
SPECIAL NOTICE

J -- EVALUTION, OVERHAUL/REPAIR, MANUFACTURE DIRECT CURRENT MOTORs for MK-82 and AN/SPS-49

Notice Date
2/15/2023 1:32:45 PM
 
Notice Type
Special Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016423SNB44
 
Response Due
3/1/2023 11:00:00 AM
 
Point of Contact
Jolynn Slaven
 
E-Mail Address
jolynn.slaven@navy.mil
(jolynn.slaven@navy.mil)
 
Description
N0016423SNB44 - EVALUTION, OVERHAUL/REPAIR, MANUFACTURE DIRECT CURRENT MOTORs for MK-82 and AN/SPS-49 � Issue Date: 15 February 2023� Closing Date: 1 March 2023 2:00 EST REQUEST FOR INFORMATION (RFI): The United States Government (USG) is issuing this announcement as part of a market research. Naval Surface Warfare Center (NSWC) Crane Division is seeking information with regard to the evaluation, overhaul/repair, and manufacture of direct current motors for the MK-82 Gun& Guided Missile Director and AN/SPS-49 Elevation Drive. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in FAR subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although �proposal� and �offeror� may be used in the Request for Information, your response will be treated as information only.� It shall not be used as a proposal. This solicitation is issued for the purpose of: market research to find capable source(s) that can evaluate, overhaul/repair, and manufacture direct current motors. Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as �white paper�). Any response received after the closing date will also be considered but may not be included in initial reporting or assessments. All �white paper� responses should be given in PDF format and should not exceed five (5) pages (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), typed in 12-point Times New Roman font, single spaced, with 1-inch margins. All information received in response to this RFI that is marked proprietary will be handled accordingly. A suggested white paper submission organization: A cover letter (optional and not included in the page limitation). A cover page labeled with the heading �Evaluation, Overhaul, and Manufacture of Direct Current Motors for MK-82 and AN/SPS-49� including the organization, organization�s address, CAGE Code, Small Business Size Status and technical point of contact with telephone number and email address. No more than five (5) pages including: Objective: Clear and concise statement of the overhaul/repair and manufacturing capabilities of your organization. Background: Describe the overhaul/repair and manufacturing capabilities of your organization in detail. Characteristics, specifications, and certifications your organization holds as related to the capabilities, interests/focus items above, to include the below as applicable: Identify your organization�s manufactured products that are currently fielded and by whom. Intellectual property claims (if any). Explain how quality control is incorporated in your processes. Interested parties are strongly encouraged to submit the attached Market Research Questionnaire to this RFI to compliment the answers additional questions outside of the �white paper�.� A draft Statement of Work (SOW) and drawing are attached to this RFI for reference. Questions/Comments and suggestions on the SOW are encouraged as a response to this RFI.� Responses/Questions to the SOW are not included in the page limitations listed under the �white paper�. All responses shall be unclassified. All assumptions, including any assumed USG 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.� 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. This announcement 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. Responses to this notice cannot be accepted as offers. The USG 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. Nothing in this announcement constitutes an obligation on the part of the USG. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.� Information provided will not be returned to contractors. The USG may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. Information may be submitted by any USG or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. The NSWC 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. Small business size status should be indicated on the cover page of the white paper. Responding 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 USG will arise as a result of preparing submissions in response to this RFI and the USG�s use of such information. If a formal solicitation is generated at a later date, a solicitation notice will be published. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. 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. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted at the same time the solicitation is posted.� All information provided becomes USG property.� Your interest in this response is appreciated.� All interested parties should provide the requested information regarding this announcement no later than 1400 EST on or before 1 March 2023, at the Naval Surface Warfare Center, Crane Division. White papers may be submitted any time prior to expiration of this announcement. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated.� Submission of white papers:� NSWC Crane Contracting Office point of contact is Ms. Jolynn Slaven (email: jolynn.slaven@navy.mil.)� Please refer to the announcement number in all correspondence and communications.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/669e866197e548a8b5e267a7acd29cf1/view)
 
Record
SN06592098-F 20230217/230215230112 (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 |
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.