SOURCES SOUGHT
94 -- Maritime Vessel Stopping Occlusion Technologies (MVSOT) Support - Follow-On
- Notice Date
- 1/30/2024 11:29:29 AM
- Notice Type
- Sources Sought
- NAICS
- 325220
— Artificial and Synthetic Fibers and Filaments Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-24-SN-Q15
- Response Due
- 2/14/2024 2:00:00 PM
- Archive Date
- 02/29/2024
- Point of Contact
- Maximillian Moore, Phone: 8507718592, Tommy L. Bushman, Phone: 8508199229
- E-Mail Address
-
maximillian.a.moore.civ@us.navy.mil, Tommy.L.Bushman.civ@us.navy.mil
(maximillian.a.moore.civ@us.navy.mil, Tommy.L.Bushman.civ@us.navy.mil)
- Description
- This Sources Sought notice is to satisfy the Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. NSWC PCD is tasked to establish a follow-on contract to N61331-20-D-0001, for the production and assembly of synthetic slime (PASS) for maritime vessel stopping occlusion technologies (MVSOT). The MVSOT program supports the fleet by developing non-lethal vessel stopping technologies. Contractor support is required to provide research and develop (R&D) biomaterial technical data, synthesis, and replication in support of the MVSOT program. The incumbent higher learning institution is Utah State University (USU), 1000 Old Main Hl, Logan, Utah 84322 (CAGE code: 4B969). The purpose of this sources sought announcement, a market survey for written information only, is to identify sources capable of providing support and expertise, with intentions of proposing on this effort. The anticipated NAICS code is 325220 � Artificial and Synthetic Fibers and Filaments Manufacturing � 1,050 employees, PSC Code 9420 Fibers: Vegetable, Animal, And Synthetic. SUBMISSION CONTENT: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11-inch pages using 12-point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly, and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one-page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e., large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base and represent ownership including Country of ownership. If partnering with another company, describe the capability of performance of partner company or business attributes desired to ensure the partner company is capable of performance. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the Government�s capability assessment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3ce8523eaca24d9c830456d8662dff66/view)
- Place of Performance
- Address: Logan, UT 84322, USA
- Zip Code: 84322
- Country: USA
- Zip Code: 84322
- Record
- SN06950127-F 20240201/240130230047 (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 |