SOURCES SOUGHT
66 -- Cox 311 AHT
- Notice Date
- 1/11/2012
- Notice Type
- Sources Sought
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- N63394 NAVAL SURFACE WARFARE CENTER, CALIFORNIA 4363 Missile Way Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N6339412R5025
- Response Due
- 2/1/2012
- Archive Date
- 3/11/2012
- Point of Contact
- Department of the Navy, Naval Surface Warfare Center Corona Division, Naval Sea Systems Command, Contracts Department Corona Div NSWC 2300 5th Street Bldg 512, Norco, CA 92878
- E-Mail Address
-
Code
- Small Business Set-Aside
- N/A
- Description
- The Naval Surface Warfare Center, Corona Division is hereby issuing a Request for Information (RFI) from all potential sources to provide information, comments and questions regarding interest in a commercial or modified commercial Calibrator Upgrades for two (2) Cox 311AHT Liquid Flow, upgrade technical manuals, training, installation and certification test. Attached technical specification CSS 06-166 provides all technical details. Due to system complexity, prior experience in the manufacturing, upgrading, repairing and/or servicing of Cox 300 series Liquid Flow Calibrator systems is required. The Navy Primary Standards Lab (NPSL), Naval Air Station, North Island, San Diego CA, currently has two functioning Cox 311AHT systems. These systems are approximately 55 years old and need to be upgraded to maintain measurement capability. The upgraded Cox 311AHT Liquid Flow Calibrators are to be used by Navy personnel in shore-based primary level laboratories for calibration of a wide variety of liquid flow meters used as transfer standards or as flow rate measurement devices in test and measurement equipment. Flow meters requiring calibration include but are not limited to: turbine flow meters, variable area flow meters, positive displacement flow meters, and Coriolis type flow meters. The anticipated is a 180 day period of performance. This will be a Firm Fixed Price contract. It is also anticipated that the Request for Proposal (RFP) will be issued in April 2012. It is requested that all interested Small Business concerns, including but not limited to HUB Zone, 8(a) Small Disadvantaged Business (SDB), and service Disabled Veteran Owned Small Businesses (SDVOSB), respond with a Capability Statement of a maximum of 10 pages to be used to determine the availability of Small Business concerns for this requirement. Interested Small Business concerns must identify their small business socio-economic categories. The Capability Statement shall succinctly address the following three items to demonstrate the contractor ™s capability to perform the requirements of this Performance Work Statement: (1) The contract ™s ability to manage, as prime contractor, the types and magnitude of tasking in the PWS; and (2) The contractor ™s technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the contract incurred for personnel with its own employees; and (3) The contractor ™s capacity or potential approach to achieving capacity, to conduct the requirements of the PWS. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor ™s approach to demonstrate capability. NOTE: Only information provided in the written Capability Statement shall be considered. Any responsible parties capable of providing the requested equipment are encouraged to respond. For additional questions and technical information, please contact Charles Rainwater (951) 273-5379, Charles.Rainwater@navy.mil DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. IT 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 AVALIABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCE SOUGHT NOTICE IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339412R5025/listing.html)
- Place of Performance
- Address: Naval Surface Warfare Center Corona Division, Naval Sea Systems Command, Contracts Department Corona Div NSWC 2300 5th Street Bldg 512,, Norco, CA
- Zip Code: 92878
- Zip Code: 92878
- Record
- SN02652907-W 20120113/120111235101-60cf997bac63655809323a8728fe878e (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 |