DOCUMENT
16 -- Prototype, test and manufacture CASS Support Equipment - Attachment
- Notice Date
- 11/8/2012
- Notice Type
- Attachment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- Solicitation Number
- N6883613R0016
- Response Due
- 11/20/2012
- Archive Date
- 12/5/2012
- Point of Contact
- Felicia Williams. felicia.n.williams@navy.mil
- E-Mail Address
-
Contract Specialist
(felicia.n.williams@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The NAVSUP Fleet Logistics Center Jacksonville (FLCJAX) is defining its acquisition strategy for the solicitation and award that provides prototyping, First Article and production level manufacturing support needed in support of Fleet Readiness Center Southeast, (FRCSE) Jacksonville, FL. This advertisement serves to aid in determining market interest and capabilities for this prospective contract. Of the available strategies, FLCJAX is considering the viability of the following socio-economic approaches: Historically Underutilized Business Zone (HUBZone) set-aside, Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, Section 8(a) suitability, and Total Small Business set-aside. The Contracting Officer must establish a reasonable expectation that offers would be obtained from two or more HUBZone, SDVOSB, or Small Business entities that are competitive in terms of market prices, quality, and delivery. You are advised that the Government is seeking to define the applicability of the requirement with regard to the available socio-economic programs. From the responses to this market research, the Government will evaluate the viable options and select the final acquisition strategy. Therefore, your response to this research is instrumental in supporting your company's business interests. If the Contracting Officer is unable to determine that any of the above strategies would be viable, the requirement may be competed on an unrestricted basis. Vendors are encouraged to provide feedback, comments and/or questions in reference to this requirement. Industry lessons learned are welcome. It is anticipated that any resulting contract would be accomplished under the provisions of a firm-fixed-price (FFP) multiple award, requirements type contract. The NAICS Code for this solicitation is 336413 with a size standard of 1000 employees. If your company is interested in competing for this requirement, please provide a response to this request in accordance with the directions below. Address each question as succinctly as possible, and return the completed questionnaire via email to the contract specialist, Felicia Williams at felicia.n.williams@navy.mill. Submittals are due no later than 1200pm EST, 20 Nov 2012. Responses shall be limited to 15 pages. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc). Teaming arrangements are encouraged. Vendors responding to this market research under Sources Sought Notice N6588613R0016 are encouraged to submit their capability statement along with completed questionnaire below. ** REQUIREMENT DESCRIPTION ** See Attached DRAFT Statement of Work (SOW) ** CONTRACTOR DEMONSTRATION OF CAPABILITY ** This submission should demonstrate your firm's detailed capabilities to meet the requirements listed in the SOW. Your response should also include the following information: 1: Describe your company ™s current experience, within the last 5 years, in regards to the following: Proficiency in prototyping and manufacturing products including Circuit Card Assemblies (CCAs), Test Fixture Assemblies (TFA), Interface Devices (IDs), Cable Assemblies, wire harnesses, avionics subassemblies, holding fixtures and mechanical/tooling assemblies. Proficiency in engineering design, cable assemblies / harnesses, CCAs, IDs, electronics packaging, holding fixtures and mechanical / tooling assemblies. Proficiency in use of AutoCAD 2007 designer software and use of Adobe Acrobat 9 and 9 Pro. Ability to maintain an assembly staff that includes adequate quantities of technicians that are EIA J-STD-001 Certified IPC Specialists. Location of manufacturing facility including adequate resources such as equipment, common tools, material storage, and work stations to accomplish efforts described in this SOW. Quality Management System in the contractor ™s manufacturing facility shall be compliant with or certified to ISO9001:2008 or higher level. 2: Please provide the contract number, dollar value, period of performance and brief scope of work. 3: If a teaming arrangement is anticipated, please provide prime and subcontractor information. What would be the percentage and type of effort your business would perform? What would be the percentage and type of effort your business would subcontract (limitations on subcontracting should be addressed)? If your business does not have current resources, what will be your plan to form a team to successfully execute this contract? 4: Outline your company ™s warranty policy. NOTE: ANY QUESTIONS REGARDING THIS REQUIRMENT SHOULD BE ADDRESSED TO THE CONTRACT SPECIALIST ONLY. THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURESMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15b8bcd4d4b16310e4bdd8399e2e1f82)
- Document(s)
- Attachment
- File Name: N6883613R0016_CASS_Basic_Contract_SOW_Revised.docx (https://www.neco.navy.mil/synopsis_file/N6883613R0016_CASS_Basic_Contract_SOW_Revised.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6883613R0016_CASS_Basic_Contract_SOW_Revised.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN02927770-W 20121110/121108234751-15b8bcd4d4b16310e4bdd8399e2e1f82 (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 |