Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
SOURCES SOUGHT

20 -- SOURCES SOUGHT FOR TR-302D AND TR-355() TRANSDUCERS - TR-355A Drawing - TR-302D Drawing - TR-355 Drawing - Additional Drawings - Sources Sought Draft SOW - CIPS, TR-355 and TR-355A - CIPS, TR-302D

Notice Date
9/7/2016
 
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, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-R-3427
 
Archive Date
12/1/2016
 
Point of Contact
Nathaniel Barber, Phone: 4018324369
 
E-Mail Address
nathaniel.barber@navy.mil
(nathaniel.barber@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought # N66604-16-R-3427, NUWCDIVNPT Code 15, TR -302D and TR-355() Transducers NUWC Division Newport is seeking information for potential small business sources that possess the technical capability, facilities/equipment and qualifications to manufacture, test, package, and deliver first article and production TR-302D and TR-355() Transducers. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential small businesses capable of providing the products described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The contractor must be able to meet the minimum requirements. The North American Industry Classification Systems (NAICS) code for this requirement is 334511- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The small business size standard is 1,250 employees. The TR-302D requirement is a follow-on to contract N66604- 11-D-0158, which was solicited on an Unrestricted Basis and awarded to EDO Western Corporation. The TR-355() requirement is a follow-on to contract N66604-99-C-4097, which was solicited on an Unrestricted Basis and awarded to EDO Corporation, Electro-Ceramic Products. The results of this Sources Sought will be used to determine if a Small Business Set-Aside opportunity exists. All interested small businesses are encouraged to respond. After review of the submitted Sources Sought, NUWCDIVNPT will release a Synopsis to Industry regarding the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service Disabled Veteran-Owned Business Set Aside) prior to release of the Request for Proposal (RFP). It is anticipated that the RFP will be posted in February 2017. The resulting Contract will be Firm Fixed Price (FFP). It is requested that interested small businesses respond with a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font) demonstrating the ability to manufacture the TR-302D and TR-355() Transducers to Nathaniel Barber, Contract Specialist, at nathaniel.barber@navy.mil no later than 1400 EST 9/22/2016. Questions or comments must be submitted by 1400 EST on 9/15/2016. Absolutely no requests for extensions will be honored. Late responses will not be considered. The Capability Statement must address, at a minimum, the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. •· Name of Company and address •· Confirmation of Company size status under NAICS Code 334511 •· Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business •· Two points of contact, including: Name, title, phone, and e-mail address •· CAGE Code and DUNS Number Section 3: Past/Current Performance. Provide two (2) examples of prior/current corporate experience providing similar technical capability within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to production of TR-302D and TR-355() Transducers. Section 4: Technical Response. Provide a detailed technical response that addresses the manufacturing process used to fabricate TR-302D and TR-355() Transducers as detailed in the attached documents. In addition, address the following: •· Statement regarding contractor's capability to obtain a facility clearance at the confidential level. •· Statement regarding capability to obtain the required industrial security clearances for personnel. •· Contractor's expected period of performance from Contract award to delivery of first article and production TR-302D and TR-355() Transducers. •· The potential offerors shall describe the test facilities and equipment to which they have access in order to meet the procurement requirements. If the potential offeror does not own its facilities and equipment, the offeror shall provide evidence that it will have a commitment or an arrangement to rent, purchase or otherwise acquire the needed facilities and equipment. Attachment #1: Draft Statement of Work Attachment #2: TR-355() Transducers Critical Item Performance Specification (CIPS) Attachment #3: TR-302D Transducers Critical Item Performance Specification (CIPS) Attachment #4-7: TR-355() and TR-302D Transducers drawing packages (for INFORMATIONAL PURPOSES ONLY. The Government does not warrant any of the data in the TR-355( ) or TR-302D transducer drawings and a "build to print" approach may not result in a product that meets the requirements of the CIPS.) The drawings associated with this requirement are labeled Distribution D which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the drawings. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. To obtain a copy of the drawings your account in FBO needs to reflect your JCP certification. The drawing package is uploaded to the site as an attachment with access restricted to JCP certified companies only. DISLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-R-3427/listing.html)
 
Record
SN04260654-W 20160909/160907235959-fa1476eda5df28aeb4772e9537f52871 (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.