Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2025 SAM #8451
SOURCES SOUGHT

R -- Tri-Service CAD/PAD Life Cycle Management Support

Notice Date
1/14/2025 6:30:13 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017425SN0014
 
Response Due
1/31/2025 2:00:00 PM
 
Archive Date
02/15/2025
 
Point of Contact
Jenelle Jackson, Maggie Alston, Phone: 3017446567
 
E-Mail Address
jenelle.j.jackson.civ@us.navy.mil, maggie.c.alston.civ@us.navy.mil
(jenelle.j.jackson.civ@us.navy.mil, maggie.c.alston.civ@us.navy.mil)
 
Description
The Naval Surface Warfare Center, Indian Head (NSWC IHD) is tasked by the Naval Air Systems Command (NAVAIR) to provide engineering, technical, administrative and programmatic support for total Life Cycle Management of the various aircrew escape systems managed under the Joint Program Office (JPO) for Cartridge Actuated Device/Propellant Actuated Device (CAD/PAD) Tri-Service Charter. The multiple types of mission assignments within the Office require on-going engineering, technical, administrative and program management support to ensure the latest state-of-the-art technologies required are available to complement the requirements and responsibilities of this Office. The Government is seeking responses from sources that can perform the work outlined within this sources sought notice. The anticipate contract(s) type will be Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity contracts with an ordering period of five (5) years. The Government will award task orders that are FFP and reserves the right to make more than one award for each task order. The anticipate task areas of support are as follows: TASK 1- Development, Product Improvement and Prototyping Support; and Qualification and Product Support. Tasking under this area include but not limited to: Provide support and conduct research, analysis, design, development, feasibility studies, design reviews and testing in support of Product Improvement Programs (PIP) and second source efforts for cartridges, CADs, PADs, and related energetic and ballistic systems. Efforts shall also include, but not be limited to, malfunction investigations, quality assurance, configuration management and data management support. Development of engineering drawings. Have adequate facilities, equipment and certified personnel required to complete taskings related to CAD/PAD Conduct testing to include, but not limited to, destructive, non-destructive, environmental and ballistic testing IAW appropriate military and commercial specifications/standards. At a minimum, the Contractor shall adhere to MIL-C-83124, MIL-C-83125, MIL-P-83126 and MIL-DTL-23659 TASK 2- Ordnance Assessment and Quality Evaluation Support; Tasking under this area include but not limited to: Provide Ordnance Assessment (OA) testing on cartridges, CADs, PADs, and related energetic and ballistic systems. This may include fabrication of test fixtures and related test hardware. The data generated by this OA test program will be evaluated by the CAD/PAD JPO to determine if aging and environmental factors have degraded performance characteristics beyond design specifications. Have adequate facilities to dispose of all energetic/explosive items and associate hardware unless directed otherwise by the Government. Conduct testing to include, but not limited to, destructive, non-destructive (including x-ray), environmental and ballistic testing IAW appropriate military and commercial specifications/standards. At a minimum, the Contractor shall be knowledgeable of MIL-C-83124, MIL-C-83125, MIL-P-83126 and MIL-DTL-23659. TASK 3- Technical Consulting Support Tasking under this area include but not limited to: Provide engineering and technical assistance for cartridges, CADs, PADs, and related energetic and ballistic systems. The Contractor�s areas of responsibility shall include, but not be limited to, providing assistance with design, development, Low Rate Initial Production, prototype manufacture, testing, qualification of additional sources of manufacture, technical studies and technical writing. Assist in the implementation of development and engineering functions in the fields of ballistic power sources and energy transmission devices and their associated signal or energy transmission subsystems. The NAICS Code is 541330 with a size standard of $38,500.000. The FSC Code is R425. What/Where to Submit: It is requested that interested companies submit, on company letterhead, a notice of interest: Company Name; Company Address; Company Business Size, if small business identify any applicable socioeconomic categories; Taxpayer Identification number; DUNS number; CAGE code; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address to Naval Surface Warfare Center, Indian Head, Attn: Jenelle Jackson 0221 (jenelle.j.jackson.civ@us.navy.mil) . Please prepare a brief capabilities statement (no more than 10 pages in length, 12-point font minimum) demonstrating ability to perform the services listed above in this Sources Sought notice. This documentation should address prior/current experience performing efforts of a similar size and scope within the last 3 years, including contract number, organization supported and indication of whether as a prime or subcontractor. If company is a small business, documentation must also address company�s ability to perform at least 50% of the work. Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NSWC IHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is released in accordance with FAR 15.201 No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. When to Submit: All responding sources must email their response submissions no later than 31 January 2025: NSWC IHD Attn: Jenelle Jackson, Contract Specialist 4081 North Jackson Road, Bldg. 841 Indian Head, MD 20640-5035 jenelle.j.jackson.civ@us.navy.mil Notice Regarding Sources Sought: This is a Sources Sought Notice for information purposes and to identify potential sources. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government from an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for solicitation will not receive a response. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dca1356784d848318db3605add4ae591/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN07312909-F 20250116/250114230135 (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.