Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2024 SAM #8137
SPECIAL NOTICE

J -- REQUEST FOR INFORMATION/SOURCES SOUGHT � AN/SLQ-32(V)6 SHELTER REFURBISHMENT

Notice Date
3/6/2024 7:48:57 AM
 
Notice Type
Special Notice
 
NAICS
332710 — Machine Shops
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016424SNB42
 
Response Due
3/20/2024 12:00:00 PM
 
Archive Date
04/04/2024
 
Point of Contact
Clayton Raber, Diane M, Bright
 
E-Mail Address
clayton.l.raber.civ@us.navy.mil, diane.m.bright5.civ@us.navy.mil
(clayton.l.raber.civ@us.navy.mil, diane.m.bright5.civ@us.navy.mil)
 
Description
N0016424SNB42 � REQUEST FOR INFORMATION/SOURCES SOUGHT � AN/SLQ-32(V)6 SHELTER REFURBISHMENT � PSC J020 � NAICS 332710 Issue Date: 06 MARCH 2024 � Closing Date: 20 MARCH 2024 AT 3:00 PM EST Description: This Sources Sought Notice is being issued by Naval Surface Warfare Center (NSWC), Crane Division Contracting Department, located in Crane, Indiana. The NSWC Crane Contracting Department is seeking potential sources with the technical capabilities to perform mechanical refurbishment and replacement of AN/SLQ-32(V)6 Shelter Structures. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 213.104, the Government is seeking companies with the capabilities to meet the requirements as described herein.� This effort will include the following: Machining capabilities of components measuring up to 103� x 52� x 6� Mechanical disassembly of aluminum 6061 components Abrasive blasting aluminum 6061 components per MIL-STD-1504 or SSPC SP 10 to achieve surface roughness of 0.002 in to 0.004 in per ASTM D4417 Hard anodizing aluminum 6061 components per MIL-A-8625, TYPE III, CLASS 1 Priming aluminum 6061 components per MIL-DTL-24441, Type IV, one coat, dry film thickness a minimum of 0.002 in Painting aluminum 6061 components per MIL-PRF-24635 Type V, Class 2, Grade B, color Gray Semigloss (Haze) per FED-STD-595, two coats dry film thickness 0.003 in. min. Replacing stainless steel threaded inserts per NASM47196, A-A-59158 and NASM33537 Stenciling or marking painted and anodized aluminum 6061 components per MIL-STD-130 using epoxy ink per A-A-56032 Type I; or labeling painted and anodized aluminum 6061 components per MIL-PRF-61002A, Grade A, Style 1, Composition C Mechanical assembly of aluminum 6061 components Transportation of loaded wooden crates measuring 123"" x 81"" x 63"", weighing 2500 lbs The Government�s Technical Data Package (TDP) for this effort is provided as a controlled attachment. Solid CAD models of all components are also available Requested Information: Interested parties are requested to provide the information that identifies its capability to provide the support described herein. Interested parties must be properly registered in the Government System for Award Management database (SAM) and the Joint Certification Program (JCP) to receive the controlled attachment.� Interested parties 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.� Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . This is a Sources Sought Notice (SS) announcement to determine the availability and technical capability of businesses to provide the required services.� Additionally, this notice is being published with the intent to conduct market research, determine the availability of small business concern participation as either prime or subcontractors and promote competition. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. SS 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. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response.� Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Respondents will not be notified of the results of this sources sought notice. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. When/if the Government issues a solicitation for this effort, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this sources sought. Responses: Written responses shall be submitted via e-mail to the point of contacts listed below by the closing date. NSWC-CR Mr. Clayton Raber � Code 0243 Crane, Indiana 47522-5001 clayton.l.raber.civ@us.navy.mil NSWC-CR Ms. Diane Bright Code � 0243 Crane, Indiana 47522-5001 diane.m.bright5.civ@us.navy.mil Responses to the SS shall include the following: Submitter�s Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone POC Email Announcement Number: N0016424SNB42 All interested parties are encouraged to submit company and product literature, a white paper addressing the vendor�s capabilities and relevant past performance as it relates to meeting the Government requirement, estimated quotes based on work described above and/or other pertinent information.� Responses should address, at a minimum, the vendor�s ability to perform the requirement based on the Government-furnished TDP provided with the announcement. Vendors are encouraged to assess the TDP for inconsistencies that may prevent successful installation of the latest Mini-Load SRM controls components. Based on this assessment, provide additional data required from the Government, if necessary, as a means to submit a complete and responsive quotation or proposal when/if the Government issues a solicitation for this effort. Responses to this SS or questions may be submitted to the Technical Point of Contact any time prior to the expiration of this announcement with a copy to the Contracting Point of Contact (POC). The Technical POC for this effort is Michael Magill (michael.j.magill7.civ@us.navy.mil). The Contracting POC is Clayton Raber (clayton.l.raber.civ@us.navy.mil).� Interested vendors should provide information regarding this announcement no later than 3:00PM EST on or before 20 MARCH 2024 to Naval Surface Warfare Center, Crane Division. 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.� Reference announcement number N0016424SNB42 in all correspondence and communications.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ecaf3914bedc4af3b004e7955386084a/view)
 
Record
SN06987277-F 20240308/240306230045 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.