Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2025 SAM #8450
SOLICITATION NOTICE

J -- AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS

Notice Date
1/13/2025 7:27:42 AM
 
Notice Type
Presolicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016425RWM46
 
Response Due
12/17/2024 1:00:00 PM
 
Archive Date
01/31/2025
 
Point of Contact
Clayton Raber, Phone: 812-381-3553
 
E-Mail Address
clayton.l.raber.civ@us.navy.mil
(clayton.l.raber.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0003: The purpose of this amendment to provide Question and Answer (Q&A) responses from the Industry Day held on 24 October 2024 and to update the Technical Data Package. An updated Statement of Work (SOW) and updated Work Instructions are provided. Please see section labeled Industry Day Q&A below. Industry Day Q&A Question: Since the ""tray"" is ""hogged out"" from a solid piece of aluminum, would an alternate (more economical) manufacturing way be acceptable if it meets all dimensions and is made from the exact same material? I believe we can make it more efficiently than the current methods, and would more than likely be cheaper. Answer: Since the drawing does not explicitly indicate the manufacturing method, any manufacturing method should be acceptable, so long as the end product conforms to the requirements of the drawing. Question: If there are other variants of shelters being refurbished under your division, could they be added to this program to encompass all shelter refurb requirements you have? It could be a material cost savings for you. Just a thought since they probably require similar procedures and parts. Answer: This requirement is for the refurbishment of the AN/SLQ-32(V)6 Shelter Structures. The government is not exploring refurbishment of other variants of the system at this time. Question: What quantities is the Government expecting with this contract? Answer: Solicitation will provide minimum and maximum quantities per CLIN Tier Level. Anticipated quantities are: Tier 1: Min 1, Max 32 Tier 2: Min 0, Max 61 Tier 3: Min 0, Max 32 Question: For new shelters, will crates be provided? For Tiers 2 and 3, NSWC Crane will ship shelters in crates to the vendor, and the vendor can reuse the crates to ship completed units back to NSWC Crane. For Tier 1, SOW paragraph 3.11 indicates �The vendor shall be able to transport GFP to NSWC Crane and package GFP per Packaging and Marking Guide for DoD via �Level A� packing.� Question: Will rolling carts for shelters be provided? Rolling carts for shelters will not be provided, but NSWC Crane can provide source of supply for carts at time of contract award. Question: What documentation will be needed upon delivery of shelters in terms of CM and AQ? NSWC Crane will provide work instructions that outline the various levels of repair as well as the TDP. These work instructions have QA steps and checks that can be followed. NSWC Crane will perform QA on incoming shelters and verify the incoming materials pass QA inspection. Question: How will vendors be held accountable for tier level performance? Answer: Similar to above. The end product should adhere to the TDP. Question: What is the governments expected lead time for each tier? Answer: Tier 1: 12 months After Date of Order (ADO) Tier 2: 9 months ADO Tier 3: 6 months ADO AMENDMENT 0002: The purpose of this amendment is to update the Technical Data Package which is posted as a controlled attachment. AMENDMENT 0001: The purpose of this amendment is make an Industry Day announcement. Please see section labeled Industry Day below. ORIGINAL POSTING: N0016425RWM46 � AN/SLQ-32(V)6 ANTENNA SHELTER REFURBISHMENTS � PSC J020 � NAICS 332710 Anticipated Issue Date: 18 NOV 2024 � Closing Date: 17 DEC 2024 4:00 PM EDT Naval Surface Warfare Center (NSWC) Crane has a requirement for the procurement of mechanical refurbishment and replacement of AN/SLQ-32(V)6 Shelter Structures. This requirement includes disassembly, abrasive blasting, coating, reassembly, and production of the aluminum AN/SLQ-32(V)6 Shelter Structures. This requirement will be satisfied via a tiered approach with varying levels and pricing of refurbishments being completed. The government anticipates awarding a single five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with Firm-Fixed-Price line items. Anticipated IDIQ quantities are a minimum of one (1) shelter set and a maximum of 125 shelter sets over the life of the contract. Unit of issue is each. Requirements 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. The Navy intends to solicit this contract as a total small business set-aside IAW FAR subpart 19.502-2. Delivery is required FOB Destination NSWC Crane within 6 to 12 months depending on the repair tier required. The solicitation will be made available on sam.gov via the PIEE Solicitation Module. All changes that occur to competitive actions prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/ via the PIEE Solicitation Module. For within scope changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. The solicitation, all amendments and associated controlled documents will be posted on Procurement Integrated Enterprise Environment (PIEE formerly known as WAWF) Solicitation Module at https://piee.eb.mil. The solicitation notice will flow to SAM.gov, but the actual posting will be in PIEE. The proposal shall also be submitted through the Solicitation Module in PIEE. Information regarding how to set up a vendor registration is included in this link: DoD Procurement Toolbox https://dodprocurementtoolbox.com/site-pages/solicitation-module. Choose Vendor Access Instructions. Contractors must be properly registered in the System for Award Management (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 1-866606-8220 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 . The controlled attachments will be posted at the same time the solicitation is posted. Questions or inquiries should be directed to Clay Raber, Code 0243, telephone 812-381-3553, email clayton.l.raber.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5283badddfff487fbc3a5a99f7d56a3b/view)
 
Record
SN07310759-F 20250115/250113230055 (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.