Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2016 FBO #5346
SPECIAL NOTICE

16 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - HAND CONTROL UNIT (HCU)/CONTROL GRIP AND TRANSDUCER FOR THE FOR THE HCU IN SUPPORT OF THE MULTI SPECTRAL TARGETING SYSTEM (MTS)

Notice Date
7/11/2016
 
Notice Type
Special Notice
 
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 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016416SNC06
 
Archive Date
8/2/2016
 
Point of Contact
Donald B. Bex, Phone: 8128546829, Michael Morguson, Phone: (812) 854-5921
 
E-Mail Address
donald.bex@navy.mil, michael.morguson@navy.mil
(donald.bex@navy.mil, michael.morguson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-16-S-NC06 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - HAND CONTROL UNIT (HCU)/CONTROL GRIP AND TRANSDUCER FOR THE FOR THE HCU IN SUPPORT OF THE MULTI SPECTRAL TARGETING SYSTEM (MTS) - FSC 1680, 5895, 5999, 5950 - NAICS 334511 Issue Date: 11 JUL 2016 - Closing Date: 18 JUL 2016 - Time: 4:00 PM Eastern The Government is issuing this RFI/sources sought announcement as part of market research for the replenishment or procurement of a Hand Control Unit/Control Grip and all hardware associated with the HCU/Control Grip, Part Numbers 53234-11, 69566-3, 69565, 69575-3, 33668-1, 31982-3, 31600, 32011-11, 31980, MS25036-101, MS51021-9/10, MS51957-26, D38999/20WD35PN, & MS51959-2B as incorporated and qualified components in the MTS systems. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to Adams Rite Aerospace, Inc. (Cage Code 80477) located in Fullerton, CA. 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, 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 Government is seeking information from companies mitigating the sole source basis listed above. The Government is seeking companies with the capabilities and facilities to replenish Government property HCU Assembly and certify them as Ready for Issue (A-Condition) and provide replacement components that are qualified for use in the MTS systems. Please provide information of performance on other Government contracts with similar efforts. 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 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: N00164-16-S-NC06 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. Information shall be submitted to NSWC Crane Technical POC Mr. Donald Bex, Email: donald.bex@navy.mil. Mailing address is NAVSURFWARCENDIV Crane, Code JXQM, Bldg 3291, Attn: Mr. Donald Bex, 300 Highway 361 Crane, IN 47522-5000. Reference N00164-16-S-NC06 in the subject line of emails. This RFI is being posted to assist in determining the appropriate contract strategy to fulfill a Government requirement. The Naval Surface Warfare Center, Crane Division, anticipates awarding a five-year, IDIQ contract for MTS HCU sustainment support and systems. Currently the USG knows of only one firm (Adam Rite Aerospace, Inc., Fullerton, CA, CAGE: 80477 capable of meeting the requirements. The Naval Surface Warfare Center Crane Division is requesting information from Industry on this requirement. Any questions related to the process for submission of information shall be submitted to the NSWC Crane Contracting POC, Mr. Michael Morguson, Email: michael.morguson@navy.mil by 4:00 PM Eastern Time. Submissions in response to this RFI shall be submitted to the NSWC Crane Contracting POC, Mr. Michael Morguson, Email: michael.morguson@navy.mil by 4:00 PM Eastern Time. Responses received after 18 JUL 2016 may not be considered in the Government's market research. 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. Reference announcement number N00164-16-S-NC06 in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNC06/listing.html)
 
Record
SN04177551-W 20160713/160711234539-9c407b459e0eae18cbfed36f8ff58f0b (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.