DOCUMENT
A -- WIRELESS DEMOLITION FIRING SYSTEM - Attachment
- Notice Date
- 1/28/2011
- Notice Type
- Attachment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
- Solicitation Number
- N0016411RJS03
- Response Due
- 3/1/2011
- Archive Date
- 4/16/2011
- Point of Contact
- Ms. Karen Ade, 812-854-2780
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. There is no anticipated formal solicitation at this time. The Naval Surface Warfare Center (NSWC) Crane Division has been tasked to perform market research in anticipation of a potential effort for Wireless Demolition Firing Systems. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of vendors to compete and perform under a Government contract. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The preliminary system capabilities, with associated threshold and objective requirements, are provided in the table below. Key performance parameters (KPPs) are annotated. In general terms, the system is envisioned to consist of a transmitter capable of securely, safely and reliability activating up to five (5) receiver / detonator units that operate in either an instant or delay mode. Responses can consist of either existing or proposed systems. Developmental efforts at the Technology Readiness Level (TRL) 3 or higher can be considered. Invitation to Vendors: Responses are limited to 10 pages and shall include the following information: Offeror ™s name, address, point of contact, phone number, and e-mail address. Offeror ™s interest in proposing on the solicitation when and if issued. Brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. This may include product literature, or other documents, if necessary. Offeror ™s general approach, previous related work, and an estimate of overall costs and schedule (rough order of magnitude) in the form of a White Paper. The White Paper should include estimated or known performance relative to the capabilities stated above. Additional information about the form factor, construction materials, energetic compositions and detonator details should be provided as well if available. Information should also include full system descriptions and maturity information. Offeror ™s environmental testing capabilities. Please note that environmental testing requirements are provided as a reference to ultimate system expectations. If environmental testing is associated with a developmental cost and schedule estimate, please clearly identify. Also, if a system has a demonstrated ability to withstand environmental testing, please clearly state. Offeror ™s capability to perform a contract of this magnitude and complexity (include offeror ™s in-house capability to execute, design and produce along with comparable work performed within the past 5 years “brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) “provide no more than 1 example. Offeror ™s Business Size and if a small business whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) etc. “ Small Business Size Standard for NAICS 541712 is 500 employees. Offeror ™s Joint Venture information if applicable “existing and potential THIS IS NOT A SOLICITATION FOR COST PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. Interested Offerors shall respond to this Sources Sought Synopsis no later than 14:00 PM (EST) 01 March 2011. Mail, fax, or email responses to the NSWC Crane point of contact. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Participation: This announcement is a public invitation. Failure to participate in this Market Survey will not preclude abstaining offerors from proposing on possible future solicitations. Questions should be directed to the NSWC Crane POC Karen Ade, Contract Specialist, Code CXMPXJ, telephone 812-854-2780, fax 812-854-3465. Email karen.ade@navy.mil. Complete mailing address is NSWC Crane, 300 Hwy 361, Bldg 64, Crane, IN 47522-5001. Please reference the above synopsis number when responding to this notice. While the Government may use Market Survey information provided to conduct small purchases for testing, combat user assessments, and specification/solicitation preparation, this sources sought synopsis 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 U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RJS03/listing.html)
- Document(s)
- Attachment
- File Name: N0016411RJS03_11RJS03_ss.doc (https://www.neco.navy.mil/synopsis_file/N0016411RJS03_11RJS03_ss.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N0016411RJS03_11RJS03_ss.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0016411RJS03_11RJS03_ss.doc (https://www.neco.navy.mil/synopsis_file/N0016411RJS03_11RJS03_ss.doc)
- Record
- SN02368922-W 20110130/110128234212-cf2cc0c873e227ee3ead26f7a2a6a99f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |