MODIFICATION
58 -- Acoustic Device Countermeasure (ADC) MK 5 - DD254
- Notice Date
- 12/19/2016
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-16-R-6247
- Archive Date
- 2/17/2017
- Point of Contact
- Karen K Giunta, Phone: 2027815003
- E-Mail Address
-
Karen.giunta@navy.mil
(Karen.giunta@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DD254 This Pre-solicitation Notice is issued solely for informational and planning purposes only. This is not a Request for Proposal (RFP). This notice shall not be construed as a promise to contract or commitment of any kind. The Government is not seeking proposals and will not accept unsolicited proposals. The objective of this notice is to provide the updated DD254 prior to the release of the RFP and provide notification of the Government's intent to issue an RFP in second quarter of FY17. The Government will NOT accept questions at this time. Following the release of the RFP, the Government will consider questions/comments received on the ADC MK 5 RFP solicitation package including all GFI released. The Naval Sea Systems Command (NAVSEA) intends to issue a full and open competitive solicitation for the procurement for the development, design, fabrication, integration, and testing of Acoustic Device Countermeasure (ADC) Special Test Units, Engineering Development Models, associated products and engineering services for the Next Generation Countermeasure (NGCM) Program. For planning purposes, NAVSEA's estimated date for release of the ADC MK 5 RFP is on or before 16 December 2016. All questions shall be received within 15 days after RFP release. Proposals will be due sixty days after issuance of the RFP. The point of contact is Karen Giunta, Code: SEA-02622, Naval Sea Systems Command; 1333 Isaac Hull Avenue, SE, Stop 2050, Washington, DC, 20636-2050 email: Karen.Giunta@navy.mil. Phone 202-781-5003. Acoustic Device Countermeasure (ADC) MK 5 is the official nomenclature for the NGCM device. The objective of the NGCM program is to insert new countermeasure technologies into the submarine's defense against threat acoustic-homing torpedoes. The NGCM is intended to replace the ADC MK 3 device. The ADC MK 5 is a three-inch diameter expendable device that is submarine launched from internal signal ejectors and Countermeasure Set, Acoustic (CSA) external launchers. The ADC MK 5 is an acoustic torpedo countermeasure with advanced features which can be employed as a static or mobile device and uses Adaptive Countermeasure (ACM) technology. The Government contemplates award of a Cost Plus Fixed Fee (CPFF) contract for the ADC MK 5 Special Test Units, Engineering Development Models, associated products and engineering services with a Cost Reimbursement (Cost Only) CLIN for engineering service support. The EDM contract will include Low Rate Initial Production (LRIP) Cost Plus Incentive Fee (CPIF) CLINs. The RFP and related files listed under solicitation number N00024-16-R-6247 will be issued electronically to the Federal Business Opportunities website (www.fbo.gov). The performance specification and other related controlled files will be mailed only to those companies with a validated security clearance and a need to know. Respondents to this pre-solicitation notice should submit a written request to the PCO Representative, Karen Giunta at Karen.Giunta @navy.mil. The written request may be submitted prior to the RFP release to obtain security verification and approval. The written request must include the following: a. Company Name b. Cage Code c. Company Address d. Technical Point of Contact e. E-mail Address f. Website address g. Telephone Number h. Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) i. Facility Security Officer (FSO) j. FSO phone number k. Classified mailing address l. Classified fax number Once the "need-to-know and security clearance" is verified and approved, the company/individual will be authorized to receive the files. Respondents are requested to review the documents provided with the RFP and submit any questions you may have via e-mail to Karen.Giunta@navy.mil. The Government will receive WRITTEN UNCLASSIFIED QUESTIONS ONLY. The Government will consider all comments received on the RFP. The Government does not commit to providing a response to any comment or question. All such questions should be received in writing within fifteen (15) days after release of the RFP to allow the Navy adequate time to prepare and issue responses to all Offerors prior to the date and time set for receipt of proposals. The subsequent revision to any specification or RFP based on comments received remains solely at the Government's discretion. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified in this synopsis. Please note that all questions and answers will be posted on www.fbo.gov. Navy policy does not support the release of the performance specification and other related controlled files to non-U.S. contractors. In the event the Navy issues a solicitation for procurement of ADC MK 5, only U.S. companies may propose as prime contractors. If a non-U.S. company decides to team with a U.S. prime contractor then the U.S. prime contractor must comply with the Department of State 22CFR Parts 120-130 and submit a request for an export license. DFARS 252.204-7004 ALT A, required Central Contractor Registration applies. Lack of current registration in the CCR database will make an offeror ineligible for award. Information may be obtained via the internet at www.ccr.gov or via telephone at 888-227-2423. Information received as a result of this Notice will not be considered a response to the RFP. It is the responsibility of the potential Offerors to monitor these websites for any information that may pertain to this Pre-solicitation Notice or future RFP. The information provided in this Pre-solicitation Notice and any future changes to the Pre-solicitation Notice are subject to change and are not binding on the Government. This notice shall not be construed as a promise to contract or commitment of any kind. Participation in this effort is strictly voluntary. All costs associated with responding to this Pre-solicitation Notice will be solely at the interested respondent's expense. This information is subject to modification and in no way binds the Government to award of a contract. Any comments and/or questions regarding this pre-solicitation notice must be submitted to Karen Giunta via email at Karen.giunta@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-6247/listing.html)
- Record
- SN04355065-W 20161221/161219234351-4e8d6c5ddab11c2346236ac8df5f7979 (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 |