SPECIAL NOTICE
59 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT PROCUREMENT OF SUPPLIES/SERVICES VOLTAGE CONTROL OSCILLATORS AN/ALQ-184
- Notice Date
- 10/20/2023 11:02:30 AM
- Notice Type
- Special Notice
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016424SNB11
- Response Due
- 11/6/2023 11:00:00 AM
- Archive Date
- 11/21/2023
- Point of Contact
- Roger Brett, Phone: 8123811846
- E-Mail Address
-
roger.l.brett.civ@us.navy.mil
(roger.l.brett.civ@us.navy.mil)
- Description
- N00164-24-S-NB11� REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � PROCUREMENT OF SUPPLIES/SERVICES VOLTAGE CONTROL OSCILLATORS AN/ALQ-184 � PSC 5955 �- NAICS 334419 Issue Date: 20 OCT 2023 � Closing Date: 6 NOV 2023 � 2:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research for procurement of supplies to support the AN/ALQ-184 Voltage Control Oscillator (VCO). The requirements are for VCO heads P/Ns 292-01-05225-01, 292-01-05225-02, 292-01-05225-03, 292-01-05225-04, 292-01-05225-05, 292-01-05225-06, and 292-01-05225-07. Also voltage transformers P/N 71D1007-5A. This will be a five year indefinite delivery indefinite quantity (IDIQ) contract with an anticipated maximum quantity of 195 VCO heads and 250 transformers. The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the original equipment manufacturer of the VCO, formerly Keltec but now Crane Electronics Inc., 340 N. Roosevelt Avenue, Ft. Walton Beach, FL 32548. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1.� The basis for restricting competition is the fact that Crane Electronics is the only approved source capable of manufacturing and delivering the VCOs and transformers in accordance with the Governments required delivery.� The Government does not own the complete, Level III, Build-to-Print Technical Data Package (TDP) associated with the VCO requirement. The cost to develop a technical data package suitable for competitive procurement would not be recovered through competition.� In addition, the time required to get a new source approved would result in unacceptable delays in the delivery of the required supplies. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above.� Companies with the capabilities and facilities that would enable them to meet the Government�s requirements may respond.� Responses shall address how the respondent proposes to manufacture, assemble, test, produce, and deliver the VCOs without the necessary proprietary information. Responses shall include availability, budgetary cost estimate, and lead time of the solution.� All interested parties may submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, and an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the estimates of duplication of costs and time delays. 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:� N00164-24-S-NB11 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable source for future requirements; to take exception to the anticipated sole source as your company currently meets all of the Government requirements and can successfully offset the projected cost duplication and schedule delays. The Government may contact RFI respondents to get clarification on the information submitted. 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 (POC) any time prior to the expiration of this announcement.� The POC for this effort is Mr. Roger Brett, roger.l.brett.civ@us.navy.mil� 812-381-1846 Responses to this RFI/sources sought may be emailed to the POC above. 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.���
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4016a416d3ce45839e3b93e75851d45c/view)
- Record
- SN06864567-F 20231022/231020230050 (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 |