Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2015 FBO #4865
SOURCES SOUGHT

58 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - REPAIRS AND UPGRADES TO HIGH PERFORMANCE MOBILITY FLIR (HPMF) AN/MAD-1. - 15RJQ84_ss

Notice Date
3/19/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016415RJQ84
 
Archive Date
4/17/2015
 
Point of Contact
Logan C. O'Brien, Phone: 812-854-3333
 
E-Mail Address
logan.obrien@navy.mil
(logan.obrien@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
15RJQ84_ss REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research for Repairs and Upgrades to High Performance Mobility FLIR (HPMF) AN/MAD-1. Anticipated requirements include system spares, provisioned item order spares, and repairs of the High Performance Mobility FLIR (HPMF) AN/MAD-1. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the Original Equipment Manufacturer (OEM) FLIR Systems, Inc., 25 Esquire Road North Billerica, MA, 01862-2598., (CAGE 3UVR3). This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the lack of sufficient technical data, restricted software rights, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. The duplicative cost and delay necessitated are from reverse engineering the FLIR Systems, Inc. components, developing specifications, developing drawing package associated with the physical properties of the system and underlying components, soliciting competitive offers and awarding to an alternate source, development, production, system integration and operational test verification. The Government is seeking information from companies mitigating the sole source basis listed above. Companies with the capabilities and facilities to provide components that meet the Government's requirement and qualification requirements for Repairs and Upgrades to High Performance Mobility FLIR (HPMF) AN/MAD-1. Responses should include availability, budgetary cost estimate, and lead time of the solution, as well as, whether a demonstration unit can be provided to expedite the Government decision making process. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the Government should not procure this effort on a sole source basis as stated above, and /or identify other Government contracts with similar efforts for the Government(s) consideration. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-15-R-JQ84 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable option for future requirement; to take exception to the anticipated sole source as your company currently meets all of the Government requirements. The Government may contact RFI respondents to get clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought 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 US 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 will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Mr. Logan O'Brien, logan.obrien@navy.mil or 812-854-3333. The mailing address is: NAVSURFWARCENDIV Crane, attention Logan O'Brien, Code 0232, Bldg 3373, 300 Highway 361, Crane, IN 47522-5001. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415RJQ84/listing.html)
 
Record
SN03673339-W 20150321/150319235443-510fe8b5553f4a69227eedbbdc0cfe71 (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 |
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.