SPECIAL NOTICE
58 -- Request for Information/Sources Sought- Evaluate, Repair, or Replace, and Test the Five SPY-6(V) Line Replaceable Units (LRU) Assemblies
- Notice Date
- 2/21/2024 6:27:07 AM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016424SNB22
- Response Due
- 3/7/2024 7:00:00 AM
- Archive Date
- 03/22/2024
- Point of Contact
- Shannon Reinhart
- E-Mail Address
-
shannon.l.reinhart.civ@us.navy.mil
(shannon.l.reinhart.civ@us.navy.mil)
- Description
- AMENDMENT 0001: The purpose of this Amendment (0001) is to change the FSC/PSC Code from J020 to 5840. N0016424SNB22 � Request for Information/Sources Sought- Evaluate, Repair, or Replace, and Test the Five SPY-6(V) Line Replaceable Units (LRU) Assemblies FSC/PSC J020 - NAICS 334511 ISSUE DATE: 8 FEB 2024������� �����������������CLOSING DATE: 7 MAR 2024 10:00AM ET NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a Contractor's submission of responses to this RFI, the Government's use of such information, nor the Contractor�s attendance at Industry Day. The Government reserves the right to reject, in whole or in part, any Contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. SECTION 1: GENERAL INFORMATION/REQUIREMENT OVERVIEW This is a Request for Information (RFI)/Sources Sought (SS) issued by the Department of the Navy, Naval Surface Warfare Center, Crane Division (NSWC Crane), on behalf of the AN/SPY-6 Program. The Government is conducting market research seeking industry input and interest for the procurement of spares as well as the test, evaluation, and repair of five (5) line replacement units (LRUs) for SPY-6(V) Family of Radar (FoR) Systems, subsystems, and components. Contractors will be responsible to furnish all labor and materials to evaluate, perform repair, or replace, and test the five (5) SPY-6(V) LRUs: Transmit/Receive Integrated Microwave Module (T/RIMM); Dual Channel Converter (DCC); Auxiliary Power Controller Card (APCC); Multi-Band Frequency Synthesizer (MBFS); and 28 Volt Power Supply.� Spares will include the procurement of A-condition LRUs and shop replaceable units (SRUs).� Repairs will include: disassembly, cleaning, reassembly, replacement of designated mandatory parts, quality assurance inspections, test support, technical support, packaging, shipping and safe transport of LRUs and components to/from NSWC Crane, the contractor and/or subcontractor facilities.� Associated technical documents are provided as controlled attachments to this RFI/SS and will be released to individual contractors upon active registration authentication as described below.� If interested contractors do not believe the associated documents provide sufficient details to allow the contractor to provide a complete response to this RFI/SS, please provide a written response to the Contract Specialist listed herein detailing which aspects of the RFI/SS cannot be responded to as well as additional information needed to do so.� Pursuant to FAR 52.215-3 this RFI/SS is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This does NOT constitute a Request for Proposal. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. �Not responding to this RFI/SS does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via (System for Award Management) SAM.GOV and/or Procurement Integrated Enterprise Environment (PIEE) and interested parties must comply with that announcement.� It is the responsibility of interested parties to monitor SAM.GOV and/or PIEE for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist�s email addresses. Verbal questions will not be accepted.� Questions shall not contain classified information. Contractors must be properly registered in the 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 . When requesting access to the controlled attachments to this RFI/SS, include your company�s Unique Entity Identifier (UEI) and CAGE code in the request. This RFI/SS is issued solely for information and planning purposes and does not constitute a program or contractual solicitation. NSWC Crane is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this request for submissions. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this request for submissions. The Government intends to use the information received in response to this request for submissions for planning purposes. The Government will not award a contract directly on the basis of this request for submissions or to otherwise pay for the information solicited. SECTION 2: SUBMISSION OF RESPONSES Responses to this RFI/SS should be submitted by 7 MAR 2024 10:00AM EST via e-mail to Shannon Reinhart, Contract Specialist at shannon.l.reinhart.civ@us.navy.mil. SECTION 2.1: CONTENT Contractors may provide capabilities statements in response to this RFI/SS that shall not exceed ten (10) pages. The Market Research questionnaire and additional pages needed for responses to the questionnaire, are NOT included in the ten (10) page limit for capability statement.� The contractor shall provide a cover sheet, company profile, table of contents, and list of abbreviations and acronyms as applicable.� The cover sheet, company profile, table of contents, and list of abbreviations and acronyms are exempt from the ten (10) page limit. A detailed proposal is not requested.� Based on the controlled documents provided as attachments, contractors are requested to provide responses to the Market Research questionnaire attached to this RFI/SS. The Market Research questionnaire response is not included in the ten (10) page capability statement submission limit.� Responses should indicate sufficient detail for assessment and contractor interest; submissions should be organized as follows: Cover Sheet: RFI/SS number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date Table of Contents: Include a list of figures and tables with page numbers General response information List of abbreviations and acronyms Market Research Questionnaire Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses.� The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified.� Proprietary information received in response to this RFI/SS will be safeguarded and handled in accordance with applicable Government regulations. In addition, if responses include technical requirements that have been identified as CUI in accordance with NIST SP 800-171, the documents shall be identified with the appropriate category markings. See https://www.archives.gov/cui/registry/category-marking-list for guidance.� SECTION 2.2: CLASSIFICATION All materials (to include questions) submitted in response to this RFI/SS shall be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact the Contract Specialist, Shannon Reinhart at shannon.l.reinhart.civ@us.navy.mil who will provide submission instructions if applicable. DO NOT SEND CLASSIFIED INFORMATION TO THE ABOVE LISTED EMAIL ADDRESS. SECTION 2.3: FORMATTING NSWC Crane will accept ONLY electronic UNCLASSIFIED submission of responses. Respondents to this RFI/SS must adhere to the following details: Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 10-point font. Capability statements submitted (if desired) shall be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 10-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft PowerPoint .pdf Adobe Acrobat .mmpx Microsoft Project Submitted electronic files shall not be compressed. ALL COMMUNICATION RELATED TO THIS ANNOUNCEMENT SHALL INCLUDE THE RFI/SS NUMBER N0016424SNB22 AND SHALL BE ADDRESSED ONLY THROUGH SHANNON REINHART.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/471d6119002a4855b6e9219cb9741406/view)
- Record
- SN06971727-F 20240223/240221230044 (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 |