SPECIAL NOTICE
N -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � Decommision, Modernization, Testing, and Installation Support Technical Services
- Notice Date
- 6/16/2023 11:14:29 AM
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016423SNB98
- Response Due
- 6/26/2023 2:00:00 PM
- Archive Date
- 07/11/2023
- Point of Contact
- Jackson Stone, Alexander Ray
- E-Mail Address
-
jackson.t.stone2.civ@us.navy.mil, alexander.c.ray3.civ@us.navy.mil
(jackson.t.stone2.civ@us.navy.mil, alexander.c.ray3.civ@us.navy.mil)
- Description
- N0016423SNB98 ���� REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � Decommision, Modernization, Testing, and Installation Support Technical Services � PSC N020 � NAICS 336611 Issue Date: 16 June 2023 � Closing Date: 26 June 2023 � 5:00 PM EDT The Government is issuing this Request for Information (RFI) as part of market research to determine the availability of sources to provide labor, travel and resources necessary to provide Decommission, Modernization, Testing and Installation Support Technical Services support for Naval Surface Warfare Center (NSWC) Crane, IN.� This RFI is in accordance with FAR 13.303, Blanket Purchase Agreements, as supplemented by Department of Defense and Navy regulations and policies as well as the additional information included in this notice. The Government is seeking information from potential companies as part of market research planning to establish Blanket Purchase Agreements (BPAs) for the competition of the required technical services. The Government is seeking companies with the capabilities and personnel to provide decommission, modernization, testing and installation support for US Navy, Coast Guard and Foreign Military Sale vessels.� Systems include but are not limited to: AN/SLQ-32(V)1-5, SEWIP BLK II (V6, BV6, CV6), and BLK III (V7), Scaled Onboard Electronic Attack (SOEA), AN/SLQ-59, AN/SLQ-62, MK-53 Decoy Launching System, MK-59 Countermeasure, NULKA Electronic Countermeasure, Off-board Expendable Countermeasures, Naval Research Laboratory/Office of Naval Research Flex Demo/TMP alts, Electro-optic sensor systems, Command and Control, DRAKE, AOEW and LEED, ETC.� Modernization support, testing, and installation support may also be required for Speed to Fleet and Urgent Operational Need (UON/JUON) systems as technology and threats change.� Required technical services including the following Categories: General Shipboard Testing, Waterfront Technical Support, Material Support, Alteration Installation Technical Support, Fiber Cable & Stranded Cable Support, Decommissioned Systems Removal, and Shore Site Support.� Further information pertaining to this requirement is contained within the draft Statement of Work (SOW) included as an Attachment to this announcement. � The Government anticipates awarding multiple BPAs and competing the technical support requirements as needed at the BPA Call/Order level.� Industry responses are requested from potential companies that can provide support for any combination of Categories listed in the draft SOW.� The prospective requirement is anticipated to have the following characteristics: Blanket Purchase Agreement (BPA) Firm Fixed Price (FFP) 2-Year Period of Performance (PoP) (Anticipated 12 month base PoP with one 12 month option). Responses should include: Provide Industry Capabilities Statement demonstrating the capabilities and expertise required to perform the effort specified within the SOW.� Provide specific information relative to the Categories listed in SOW paragraph 3.2 � including General Shipboard Testing, Waterfront Technical Support, Material Support, Alteration Installation Technical Support, Fiber Cable & Stranded Cable Support, Decommissioned Systems Removal, and Shore Site Support.� Responses may include information on any combination of the SOW categories as applicable and shall clearly specify what SOW Category the response is in reference too.� Please address waterfront locations that you currently provide support at. Provide industry capabilities and knowledge working with Electromagnetic Warfare (EW) systems.� This can include EW systems across domains, but provide specific information related to surface/shipboard EW systems capabilities and knowledge. Provide information on ability to comply with specific certifications required to perform efforts in the SOW, including but not limited to:� � � � � �a)Certified Alteration Installation Team (AIT) � NAVSEA 9090.310 and maintain a Quality Management System approved letter from NAVSEA MP09 � � � � �b)Fiber Optic Cable Certification � Installation/termination/testing IAW NAVSEA MIL-STD-2042 and NIL-STD-1678. 4. Provide information on ability to quote on a Firm Fixed Price (FFP) basis for technical support requirements as required at the BPA Call/Order level.� 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:� N0016423SNB98��� 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 any time prior to the expiration of this announcement.� Information shall be submitted to: NSWC Crane Contracting POC: Mr. Jackson Stone - email: jackson.t.stone2.civ@us.navy.mil NSWC Crane Technical POC: Mr. Alex Ray � email: alexander.c.ray3.civ@us.navy.mil 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.� Your interest in the response is appreciated.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e8b5b2ead574068a8115b6229caed23/view)
- Record
- SN06718528-F 20230618/230616230105 (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 |