SPECIAL NOTICE
13 -- SOURCES SOUGHT - IMPROVED .50 CALIBER REDUCED RANGE AMMUNITION - 15SNB63_spec note
- Notice Date
- 7/17/2015
- Notice Type
- Special Notice
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016415SNB63
- Archive Date
- 8/29/2015
- Point of Contact
- Dennis Stanton, Phone: 812-854-4159, Keith Frentz, Phone: (812) 854-5928
- E-Mail Address
-
dennis.stanton@navy.mil, keith.frentz@navy.mil
(dennis.stanton@navy.mil, keith.frentz@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 15SNB63_spec note N00164-15-S-NB63 - SOURCES SOUGHT - IMPROVED.50 CALIBER REDUCED RANGE AMMUNITION FSC: 13 - NAICS 332993 - Issue Date: 17 July 2015 - Closing Date: 14 August 2015 - Time: 2:00 PM SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI): The Government is issuing this RFI as part of a market survey in accordance with FAR 15.201(e). The Government is seeking information from vendors with the capabilities and facilities to provide Commercial Off-The-Shelf (COTS), Non-Developmental Items (NDI),.50 Caliber Reduced Range Ball and Tracer cartridges with an effective range of 1000 meters minimum. Ammunition characteristics include: Effective Range 1000 meters minimum Surface Danger Zone within SDZ of 7.62mm M80 cartridge. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. All interested parties are strongly encouraged to submit an initial synopsis, (commonly referred to as white paper) for each approach. White papers should not exceed 15 pages, with an executive summary (short paragraph) Responses shall be: 1. Identified by the RFI number (N00164-15-S-NB63); and include: Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, duns number, cage code and or tax ID number, as well as business size category (large, small, small disadvantaged, etc.) and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. In electronic format (Adobe pdf or Microsoft Word) or hard copy format 3. No more than (15) pages in length; 4. Written in 12-point, Times New Roman with normal (condensed) spacing 5. Margins of 1" or greater on all sides 3. NOT submitted using marketing materials; 4. Submitted to email as indicated below. NSWC, Crane Division encourages participation by small business, small disadvantaged business, HUB Zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. All interested sources are encouraged to submit company and product literature, white paper, and/or other pertinent information for the Government's consideration. Information sought includes vertical and horizontal extreme spread at 1000m, ballistic match to M33 at 1000m, SDZ distances including maximum range, pressure and velocity at -40°F, 70°F, and 130°F, cyclic rate of fire in unmodified M2HBs, physical characteristics of cartridges, projectile weight, primer, propellant and tracer materials, availability, production history and capability, users, and estimated cost per round. Any other research data, test reports, product technical data sheets, etc. that would be of benefit to the Government will be accepted. Only written responses transmitted electronically, or by mail will be accepted. All interested parties are encouraged to submit above information for the Government(s) review by 2:00 PM Eastern Time on 14 August 2015 At the current time, NO FUNDING IS AVAILABLE for contractual efforts. 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 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. All information received in response to this notice that is marked proprietary will be handled accordingly. NSWC Crane makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. White papers may be submitted any time prior to expiration of this announcement to the Technical POC. Electronic and hard copy will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Electronic and hard copy submissions regarding this announcement may be directed to the Technical POC. The Technical POC for this effort is Mr. Dennis Stanton, dennis.stanton@navy.mil, 812-854-4159. The complete mailing address to submit all information to is: Mr. Dennis Stanton Code JXN, Bldg. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference Request for Information/Sources Sought Announcement Number (N00164-15-S-NB63) when responding to this notice. For Contracting related questions the contracting POC is Mr. Keith Frentz, keith.frentz@navy.mil. Mr. Keith Frentz, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. DO NOT send white papers to the Contracting POC. Please refer to announcement number N00164-15-S-NB63 in all correspondence and communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415SNB63/listing.html)
- Record
- SN03801757-W 20150719/150717235455-87a426a48904155383ff7075f4a4f966 (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 |