Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SOURCES SOUGHT

99 -- High Frequency Sail Array (HFSA) Underwater Fiber Optic SONAR Cable Assemblies

Notice Date
11/14/2024 6:59:02 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-25-R-0104
 
Response Due
11/21/2024 11:00:00 AM
 
Archive Date
12/06/2024
 
Point of Contact
Tyler Shannon, Phone: 4018324437, Andrew Kenyon, Phone: 4018327290
 
E-Mail Address
tyler.z.shannon.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil
(tyler.z.shannon.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil)
 
Description
Amendment 0001 to Sources Sought ID N66604-25-R-0104 is posted on 14 November 2024 to add the drawing package. Sources Sought N66604-25-R-0104, NUWC Code 0222 High Frequency Sail Array (HFSA) Underwater Fiber Optic SONAR Cable Assemblies Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is seeking information for potential businesses capable of designing, manufacturing, testing, packaging, and delivering HFSA Underwater Fiber Optic SONAR Cable Assemblies. This requirement is build to print. This Sources Sought is not a Request for Proposal. It is a market research tool being used to identify potential businesses capable of manufacturing, inspecting, testing, packaging, and delivering Cable Assemblies in accordance with the individual cable assembly drawings,NAVSEA S9320-AM-PRO-020/MLDG REV 2 and NAVSEA S9320-AM-PRO-030/MLDGREV 03. The awardee must possess NAVSEA S9320-AM-PRO-020/MLDG REV 2 and NAVSEA S9320-AM-PRO-030/MLDGREV 03 certifications. The NAICS for this requirement is 334511 with a size standard of 1,350 employees. The anticipated ordering period shall not exceed 5 years from the date of award. All interested businesses are encouraged to submit a capability statement (no more than 5 pages in length, single spaced, and 12 point font minimum) addressing at a minimum the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description Name of Company and address Contract Number Confirmation of Company size status under NAICS 334511 Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUB Zone or Service Disable Veteran-Owned small business Two points of contact, including: name, title, phone and e-mail address CAGE and DUNS Number Section 3. Past/Current Performance. Provide one example of prior/current corporate experience requiring similar technical capability within the last three years, including contract number, organization supported, indication of whether as a prime of subcontract, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to manufacturing HFSA Underwater Fiber Optic SONAR Cable Assemblies. Section 4. Technical Response. Provide a technical response that includes the following: Statement regarding capability to manufacture HFSA Underwater Fiber Optic SONAR Cable Assemblies Describe the expected delivery and throughput capability from contract award to delivery of first article and production HFSA Underwater Fiber Optic SONAR Cable Assemblies Describe the test facilities and equipment to which the potential Offeror has access to in order to meet the procurement requirements. If the potential Offeror does not own its facilities or equipment, the response shall include evidence that it will have a commitment or arrangement to rent, purchase or otherwise acquire the needed facilities and equipment. Section 5. Applicable compliances. Provide a technical response that includes the following. National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 is applicable. In order to be considered for award the Offeror shall have a current assessment (i.e.., not more than 3 years old unless a lesser time is specified in the solicitation) (see 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order or deliver order. The Basic Medium and High NIST SP 900-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/asda/dpc/ce/index.html The Offeror shall verify that summary level scores of current NIST SP 800 171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the Supplier Performance Risk System (SPRS) (Https://SPRS.csd.disa.mil/) for all covered contractor information systems relevant to the offer. If the Offeror does not have summary level scores of a current NIST SP 800 171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS the Offeror may conduct and submit a Basic assessment to mailto: webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) of this provision. Include a statement verifying that the summary level scores of a current NIST SP 800 171 DoD Assessment are posted in SPRS or confirm willingness and capability to submit a Basic Assessment to SPRS. Attachment (1) DRAFT Statement of Work (SOW) Attachment (2) NAVSEA S9320-AM-PRO-020/ MLDG REV 2 Attachment (3) NAVSEA S9320-AM-PRO-30/MLDG Rev 03 In order to receive the drawings/specifications/technical data package (TDP)/government furnished information (GFI), the company must be registered in the DoD Joint Certification Program (JCP). To obtain access to controlled files, please submit your request in sam.gov and email your JCP DD Form 2345 (Military Critical Technical Data Agreement) to Tyler Shannon at tyler.z.shannon.civ@us.navy.mil. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. Once the POC verifies the vendor is JCP Certified, the POC will use the �Drop Off� feature to upload the documents to the DoD SAFE website. The JCP Certified recipient will receive an email containing a link and a passcode to access the documents on the DoD SAFE website. The link to the documents will expire seven (7) days from the day the link and passcode is sent. Capability statements must be submitted to Tyler Shannon, Contract Negotiator, at Tyler.z.shannon.civ@us.navy.mil no later than 14:00 EDT on 11/21/2024 questions or comments must be submitted by 14:00EDT 11/19/2024. All interested small businesses are encouraged to apply. Absolutely no request for extensions will be honored. Late responses will not be considered. The results of this Sources Sought will be used to determine if a Small-Business Set-Aside opportunity exists. After review of the submitted Sources Sought, NUWCDIVNPT will release a pre-solicitation synopsis which will identify the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUB Zone or Service Disable Veteran-Owned small business) prior to the release of the final RFP. It is anticipated that the RFP will be posted in February 2022, with contract award in October 2022. Disclaimer This sources sought is for informational purposes only. This is not a request for proposal (RFP). This does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement. Any information submitted by respondents to the technical description is purely voluntary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9942f2c7cfc4864a25185bfa293eb2e/view)
 
Record
SN07265953-F 20241116/241114230118 (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.