Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOURCES SOUGHT

59 -- PROCUREMENT OF DIGITAL SYNCHRONIZER AND LOAD CONTROL UNIT - Statement of Work

Notice Date
8/13/2015
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Carderock DET Philadelphia, Naval Philadelphia Business Center, 5001 South Broad St., Philadelphia, Pennsylvania, 19112-5083
 
ZIP Code
19112-5083
 
Solicitation Number
N65540-15-R-5176
 
Point of Contact
Angela Cusati, Phone: 2158971891, Stacey Thompson, Phone: 215-897-7160
 
E-Mail Address
angela.cusati@navy.mil, stacey.thompson@navy.mil
(angela.cusati@navy.mil, stacey.thompson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Carderock Division (NSWCCD). NSWCCD has a requirement to procure Digital Synchronizer and Load Control (DSLC) unit systems designed for CG Class Ship use. It is the Government's intention to procure these DSLCs, utilizing other than full and open competition, from Governor Control Systems, Inc. IAW FAR 6.302-1, as only Governor Control Systems, Inc. meets the Government's requirements. Governor Control Systems is the sole source manufacture of the DSLC system and has proprietary rights for the design and manufacturing of the DSLC components. Due to the configuration of the SWBDs and Machinery Control System Software, the DSLCs are the only devices that meet the entire requirement need to be installed on the CG ships. NSWCCD intends to issue a solicitation to the specified vendor to meet mission requirements. Prior to issuing a brand name only solicitation, NSWCCD is requesting information in order to make an informed determination regarding procurement strategy. A copy of the DRAFT Statement of Work (SOW) is attached. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required DSLCs to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements found in the SOW. Responses are not to exceed 3 pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCCD will accept only electronic unclassified submission of responses. Responses shall be sent to Angela Cusati at angela.cusati@navy.mil with the subject line "RFI N65540-15-R-5176." All responses shall be unclassified and submitted by no later than 12:00 p.m. on 21 August 2015 This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N65540/N65540-15-R-5176/listing.html)
 
Place of Performance
Address: United States
 
Record
SN03838201-W 20150815/150814000207-b206735381339fe2b33474e2bbbbac5b (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.