SPECIAL NOTICE
N -- REQUEST FOR INFORMATION (RFI) � MARITIME ELECTRONIC WARFARE SYSTEMS WATERFRONT INSTALLATION SUPPORT
- Notice Date
- 8/4/2023 7:19:24 AM
- Notice Type
- Special Notice
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016423SNB87
- Response Due
- 9/5/2023 1:00:00 PM
- Archive Date
- 09/20/2023
- Point of Contact
- Becky Minks
- E-Mail Address
-
becky.a.minks.civ@us.navy.mil
(becky.a.minks.civ@us.navy.mil)
- Description
- N0016423SNB87 - REQUEST FOR INFORMATION (RFI) � MARITIME ELECTRONIC WARFARE SYSTEMS WATERFRONT INSTALLATION SUPPORT PSC N020 � NAICS � 336611 Issue Date: 10/20/2023 - Closing Date:� 11/20/2023 The Government is issuing this Request for Information/Sources Sought (RFI/SS) announcement to gauge industry interest, capability, and availability to provide Waterfront Operations and Alteration Installation Team (AIT) services in support of Maritime Electronic Warfare (EW) Systems. NSWC-CR supports a variety of Maritime EW systems in its mission as the In-Service Engineering Agent (ISEA).� Support includes, but is not limited to, providing waterfront facilities, On-Site Representatives (OSR), installation technicians, AIT services, industrial planning, operational support, logistics management, procurement support, and transportation.� The majority of the tasking shall be performed at Norfolk VA and San Diego CA and a facility requirement is outlined for these locations in the SOW. Other task locations may include Mayport FL, Pascagoula MS, and Everett WA. OCONUS travel may be required for support when requested from the fleet. A draft Statement of Work (SOW) is attached to this RFI for reference. Additionally, a sample technical instruction (TI) as well as ship installation drawings are attached as an example of potential AIT tasking. 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�.� Responses Interested parties are encouraged to submit a Capability Statement, a white paper no longer than 10 pages addressing the vendor�s capabilities, relevant past performance as it relates to meeting the Government requirement, and/or other pertinent information.� Depending on the information provided and the detail included, the Government may perform further market research in the form of follow-up teleconferences or Microsoft Teams meetings to clarify items in an effort to better understand Industry responses. 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. Responses to the RFI/Market Survey shall include the following in their submission: 1. Company Information A cover page (not included in the page cout) labeled with the heading �Waterfront Support for Maritime Electronic Warfare Systems� including the following organization information: Organization Name Organization Street Address, City, State, Zip Code Cage Code Business Size Point of Contact (POC) POC Telephone Announcement Number:� N0016423SNB87 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 draft SOW and TI: (a) Objective: Clear and concise statement of the Waterfront and AIT capabilities of your organization. (b) Capability:� Describe the Waterfront and AIT capabilities of your organization in detail, which shall include the following: The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the SOW and sample TI. The contractor's technical ability, or potential approach to achieving technical ability, to perform the tasking described in the SOW, specifically addressing the following characteristics: Program Management On Site Representative (OSR) Installation Support Technician Industrial Planning and Operational Support Alteration Installation Team (AIT) Logistics Management Facility Requirements Quality Assurance The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the SOW.� 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. NSWC-CR may request further information regarding the capabilities of respondents to meet the requirements set forth in the RFI. RFI responses are limited to no more than 10 pages (8.5 X 11 inch) and 10-point Times New Roman font.� Responses to this RFI/Sources Sought shall be submitted electronically by email to Becky Minks, Contract Specialist, at becky.a.minks.civ@us.navy.mil and Casandra O�Neall, Contracting Officer, at casandra.e.oneall.civ@us.navy.mil. Responses should be received no later than 4:00 PM Eastern Time on 21 August 2023. Classified material SHALL NOT be submitted. Please include the announcement number (N0016423SNB87) in the subject line of e-mail questions or submissions. The referenced attachments shall be accessed via request. Distributed draft attachments contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD Contractors only. Registration in the System for Award Management (SAM) and the Joint Certification Program (JCP) is required to receive 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 . At the current time, there is no funding allocated for contractual efforts. This RFI is issued for informational and planning purposes only and does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP). Responses to this notice cannot be accepted as offers. The United States 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 are non-reimbursable. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information, will be received and held in confidence for U.S. Government use only. Proprietary information will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish future capabilities and requirements. The Government will NOT be responsible for any proprietary information not clearly marked. Vendors may be requested to provide additional information if clarification is required. AMENDMENT 0001: N0016423SNB87 - REQUEST FOR INFORMATION (RFI) � MARITIME ELECTRONIC WARFARE SYSTEMS WATERFRONT INSTALLATION SUPPORT PSC N020 � NAICS � 336611 Issue Date: 8/4/2023 �Closing Date:� 9/5/2023 Amendment 0001: The purpose of the RFI/Source Sought amendment is to; Clarify the due date for responses to the RFI/ Sources Sought. The due date for the receipt of responses is 5 September 2023. Update the Statement of Work. The SOW has been updated to provide additional information on the tasking for this requirement. Clarify the purpose of the sample technical instruction (TI). The sample TI provided is an example of potential AIT tasking that may be performed for this requirement. The AIT tasking, Task Area 2, represents only 20% of the requirement. The bulk of workload, Waterfront Operations, Task Area 1, represents 80% of the requirement.�� The Government is issuing this Request for Information/Sources Sought (RFI/SS) announcement to gauge industry interest, capability, and availability to provide Waterfront Operations and Alteration Installation Team (AIT) services in support of Maritime Electronic Warfare (EW) Systems. NSWC-CR supports a variety of Maritime EW systems in its mission as the In-Service Engineering Agent (ISEA).� Support includes, but is not limited to, providing waterfront facilities, On-Site Representatives (OSR), installation technicians, AIT services, industrial planning, operational support, logistics management, procurement support, and transportation.� The majority of the tasking shall be performed at Norfolk, VA and San Diego, CA and a facility requirement is outlined for these locations in the SOW. Other task locations may include Mayport FL, Pascagoula MS, and Everett WA. OCONUS travel may be required for support when requested from the fleet. A draft Statement of Work (SOW) is attached to this RFI for reference. Additionally, a sample technical instruction (TI) as well as ship installation drawings are attached as an example of potential AIT tasking. 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�.� Responses Interested parties are encouraged to submit a Capability Statement, a white paper no longer than 10 pages addressing the vendor�s capabilities, relevant past performance as it relates to meeting the Government requirement, and/or other pertinent information.� Depending on the information provided and the detail included, the Government may perform further market research in the form of follow-up teleconferences or Microsoft Teams meetings to clarify items in an effort to better understand Industry responses. 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. Responses to the RFI/Market Survey shall include the following in their submission: 1. Company Information A cover page (not included in the page count) labeled with the heading �Waterfront Support for Maritime Electronic Warfare Systems� including the following organization information: Organization Name Organization Street Address, City, State, Zip Code Cage Code Business Size Point of Contact (POC) POC Telephone Announcement Number:� N0016423SNB87 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 draft SOW and TI: (a) Objective: Clear and concise statement of the Waterfront and AIT capabilities of your organization. (b) Capability:� Describe the Waterfront and AIT capabilities of your organization in detail, which shall include the following: The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the SOW and sample TI. The contractor's technical ability, or potential approach to achieving technical ability, to perform the tasking described in the SOW, specifically addressing the following characteristics: Program Management On Site Representative (OSR) Installation Support Technician Industrial Planning and Operational Support Alteration Installation Team (AIT) Logistics Management Facility Requirements Quality Assurance The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the SOW.� 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. NSWC-CR may request further information regarding the capabilities of respondents to meet the requirements set forth in the RFI. RFI responses are limited to no more than 10 pages (8.5 X 11 inch) and 10-point Times New Roman font.� Responses to this RFI/Sources Sought shall be submitted electronically by email to Becky Minks, Contract Specialist, at becky.a.minks.civ@us.navy.mil and Casandra O�Neall, Contracting Officer, at casandra.e.oneall.civ@us.navy.mil. Responses should be received no later than 4:00 PM Eastern Time on 5 September 2023. Classified material SHALL NOT be submitted. Please include the announcement number (N0016423SNB87) in the subject line of e-mail questions or submissions. The referenced attachments shall be accessed via request. Distributed draft attachments contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD Contractors only. Registration in the System for Award Management (SAM) and the Joint Certification Program (JCP) is required to receive 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 . At the current time, there is no funding allocated for contractual efforts. This RFI is issued for informational and planning purposes only and does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP). Responses to this notice cannot be accepted as offers. The United States 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 are non-reimbursable. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information, will be received and held in confidence for U.S. Government use only. Proprietary information will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish future capabilities and requirements. The Government will NOT be responsible for any proprietary information not clearly marked. Vendors may be requested to provide additional information if clarification is required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bdf318facce442a799c19c3a1f16a61c/view)
- Record
- SN06777163-F 20230806/230804230050 (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 |