SPECIAL NOTICE
61 -- PRODUCTION, TEN (10) MAGNETIC COMPONENTS USED AS FORM, FIT AND FUNCTION REPLACEMENTS DURING DEPOT REPAIR OF THE AN/ALQ-184 HVPSs
- Notice Date
- 6/1/2016
- Notice Type
- Special Notice
- NAICS
- 334416
— Capacitor, Resistor, Coil, Transformer, and Other Inductor 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
- N0016416SNB83
- Archive Date
- 7/12/2016
- Point of Contact
- Terry Jenkins, Phone: 812-854-3627
- E-Mail Address
-
terry.jenkins2@navy.mil
(terry.jenkins2@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-16-S-NB83 - REQUEST FOR INFORMATION / SOURCES SOUGHT - PRODUCTION, TEN (10) MAGNETIC COMPONENTS USED AS FORM, FIT AND FUNCTION REPLACEMENTS DURING DEPOT REPAIR OF THE AN/ALQ-184 HVPSs - FSC 6120 - NAICS 334416 Issue Date: 1 June 2016 - Closing Date: 27 June 2016 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT- The Government is issuing this RFI/sources sought announcement in accordance with (IAW) DFARS 205.205-71 for the production of magnetic components to support repair of the AN/ALQ-184 high Voltage Power Supplies (HVPS) in accordance with part numbers listed on the solicitation. This requirement is planned as a non-commercial Firm-Fixed price (FFP) indefinite delivery, indefinite quantity (IDIQ) contract for a period of three (3) years. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN 47522 intends to award a sole source contract to Robert M. Hadley Company, Inc. (Hadley), 4054 Transport St. #B., Ventura CA 93003-8325 (CAGE 72964). This effort is anticipated to be conducted on a sole-source basis IAW the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the anticipated substantial duplicative costs to the Government to qualify another manufacturer's product for aviation use, which are not anticipated to be recouped through competition, and the anticipated unacceptable delays in fulfilling the agency requirements through any other source. The Government is seeking information from Contractors mitigating the sole-source basis cited above. Contractors with the capabilities and facilities to provide components that meet the Government's specifications, and qualification requirements for manufacture of magnetic components used as form, fit, and function replacements during depot repair of the AN/ALQ-184 HVPSs. The following specific items are required to meet the exact form, fit, and function replacement part for existing equipment. A Statement of Work will be available within the issued solicitation. Transformer, Pulse Width Modulation (PWM)/Clock, 80952908 Transformer, +/-12V (Volts), 80952909 Inductor, 100µH, 80952910 Inductor, 4mH, 80952911 Inductor, 1mH, 80952912 Transformer, Collector Current Sense, 80952707 Transformer, High Voltage, 80952709 Transformer, heater, 80952804 Transformer, High Voltage Collector, 80967801 Inductor, Filer, 80953911 Delivery of data as required by Data Item CLIN will be Not-Separately-Priced (NSP) 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. While Contractors are not required to quote prices for any solutions proposed, the information will assist the Government in developing Business Case Analysis (BCA) supporting potential follow-on acquisition announcements to this RFI. If Contractors need additional Government requirements information in order to fully respond to this RFI, please contact the Government POC. All interested parties are encouraged to submit 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, and production quantity breaks to 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 RFI Sources Sought Market Survey shall include the following: Contractor's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-16-S-NB83 Please include the purpose/explanation of the response to the Sources Sought 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 obtain 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. The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at http://www.dlis.dla.mil/jcp/. At the current time, NO FUNDING IS AVAILABLE for bid/proposal or 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. Terry Jenkins, e-mail: terry.jenkins2@navy.mil or Telephone: 812-854-3627. The mailing address is: NAVSURFWARCENDIV Crane, attention Terry Jenkins, Code 0241 Bldg. 121, 300 Highway 361, Crane, IN 47522-5001. If any part of the Contractor submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. Your interest in the requirement and response are appreciated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNB83/listing.html)
- Record
- SN04134396-W 20160603/160601234623-a91383aa174f9ba21ebc607c5cb00f95 (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 |