SOURCES SOUGHT
59 -- LHD/A Machinery Control Systems I/O Cables
- Notice Date
- 3/10/2025 10:34:04 AM
- Notice Type
- Sources Sought
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N64498-25-RFPREQ-PD-51-0112
- Response Due
- 3/31/2025 2:00:00 PM
- Archive Date
- 04/15/2025
- Point of Contact
- Joseph DeMarco
- E-Mail Address
-
joseph.a.demarco30.civ@us.navy.mil
(joseph.a.demarco30.civ@us.navy.mil)
- Description
- The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide support to NSWCPD Code 515, which is responsible for The Landing Helicopter Dock and Landing Helicopter Assault (LHD/A) Machinery Control Systems (MCS) Land Based Test Environment (LBTE) The purpose of this acquisition is to procure I/O Cables and for the Land Based Test Environment (LBTE). This acquisition will require the manufacturing and furnishing of VPX Chassis based on the specifications provided in the statement of work. Quantities are listed below. � I/O Cable: Qty. 2,146 � Ruggedized Input/output (I/O) Cables manufactured using the materials listed below Quantities below are for the assembly of one (1) I/O Cable Qty. 50, eight (8) feet of P/N: M22759/11-22-9, 22 AWG wires with silver-plated copper conductor and extruded Polytetrafluoroethylene (PTFE) insulation. Qty. 50, P/N: MC1034, 22-20AWG Polypropylene Plastic, Tin-Plated Copper Insulated Wired Ferrules Qty. 50, P/N: B33-94-2-342, Heat-Shrink Wire Labels Qty. 1, P/N: M80-9415005, 50 Position Rectangular Receptacle Connector Crimp Gold 22 AWG. Qty. 1, P/N: M23053/5-115-0, Polyolefin (PO) Heat-Shrink Tubing Qty. 1, P/N: GRP-120NF12, Polyethylene Terephthalate (PET) braided sleeve Glass Cloth Electrical Tape 3M 69 Each I/O cable shall be assembled as follows: Each of the 50 P/N: M22759/11-22-9, 22 AWG wires will have P/N: MC1034, 22-20AWG Polypropylene Plastic, Tin-Plated Copper Insulated Wired Ferrules crimped onto one end of the wire cable bundle. Each of the Ferruled wires shall be labeled 1 through 50 to match the pinout numbering on P/N M80-9415005, using P/N: B33-94-2-342, Heat-Shrink Wire Labels. The entire length of the cable bundle shall be secured within the P/N: GRP-120NF12, Polyethylene Terephthalate (PET) braided sleeve. The opposite end of the cable bundle will be connected to the P/N: M80-9415005, 50 Position Rectangular Receptacle Connector. The wire cable bundle shall be heat-shrink wrapped, using P/N: M23053/5-115-0. Heat-shrink wrap shall run a length of 2 inches. Starting inside of the P/N: M80-9415005 connector running onto the cable bundle, on top of the P/N: GRP-120NF12, braided sleeve. Heat-shrink shall not cover the M80-9415005 connector. Glass Cloth Electrical Tape shall be used to build up and secure the cable entry volume and shape to be held by the connector. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential firms under capable of providing the supplies/services described herein prior to determining the method of acquisition. Capability Statements: Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement. Capability Statements must address, at a minimum the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. Name of Company and address Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) Points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number (1) A complete description of the offeror�s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as stated in the attached PWS, (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement; Section 3. Past/Current Performance. Suggested language: Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW. Section 4. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information should include: Contractor�s Facility Clearance (if required, this should be filled out by the negotiator) Statement regarding capability to obtain the required industrial security clearances for personnel (if required, this should be filled out by the negotiator) The contractor�s ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the requirement with its� own employees in accordance with FAR 52.219-14 The contractor�s capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified Contractor�s ability to begin performance upon contract award. A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Attachment (1) DRAFT Statement of Work (SOW) Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor�s accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Questions or comments submitted via email. Responses must be received no later than 5:00pm EST on 31 March 2025 by e-mail to joseph.a.demarco30.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a51dd60d20e84e50844296251a3011a0/view)
- Place of Performance
- Address: Philadelphia, PA, USA
- Country: USA
- Country: USA
- Record
- SN07367112-F 20250312/250310230048 (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 |