Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2017 FBO #5532
SOURCES SOUGHT

61 -- Motor Gear Assemblies (MGA) - Process Spec: WS15896-H - Drawing 3018336-01-F - Drawing 3018325-01-C - Drawing 3018318-01-F - ASQ Z1.4 - Product Function Spec: WS14622-F - Drawing 3018335-01-D - DRAFT Statement of Work (SOW)

Notice Date
1/13/2017
 
Notice Type
Sources Sought
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-17-SN-Q04
 
Archive Date
2/4/2017
 
Point of Contact
Aaron D. Deich, Phone: 8506366159
 
E-Mail Address
aaron.deich@navy.mil
(aaron.deich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS REFERENCE: N61331-17-SN-Q04 13 January 2017 The Naval Surface Warfare Center - Panama City Division (NSWC PCD) is seeking interest through a sources sought announcement for Motor Gear Assemblies (MGA) per the attached Statement of Work (SOW) and drawings. The use of delivery orders will provide the flexibility necessary for different quantities depending on the availability of funds and end user needs. There is no incumbent on this effort. The resulting contract is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed-Price (FFP) supply type contract. The Government anticipates orders of no less than 100 units and no more than 1200 units per Delivery Order. The anticipated Contract maximum is 10 First Article (FA) units and 3000 Production units. The contract period of performance will be for five (5) years, One (1) Twelve (12)-month base period with 4 twelve month option periods. The Government anticipates a single award. The NAICS code is 333612. SBA Size Standard is 750 employees. FSC is 6105. NOTE: This notice is for planning purposes only. The DRAFT SOW and associated drawings are DISTRIBUTION STATEMENT D. To receive a copy of the DRAFT SOW and drawings, interested parties must be registered within the Joint Certification Program (JCP) and System for Award Management (SAM). Interested parties who are NOT registered within JCP and SAM will NOT receive a copy of the draft SOW and drawings until registration is approved. The DRAFT SOW and drawings are attached to this posting. If you encounter issues downloading the DRAFT SOW and drawings then contact Aaron Deich at aaron.deich@navy.mil and provide your cage code. No classified information is contained with the DRAFT SOW, nor will be sent alongside the DRAFT SOW. Responses shall NOT contain classified information. Responses must include the following: (1) Describe capability of performance as related to draft SOW; (2) Provide name and address of firm; (3) Indicate size of business including average annual revenue for past three years, number of employees, and status: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUB-Zone, Veteran- Owned and/or Service-Disabled-Veteran-Owned Business; (4) Include number of years in business; (5) Indicate if any Commercial Off-the-Shelf (COTS) or modified commercial items can meet the requirements as stated within the SOW and drawings. (6) Indicate production capability. (I.E. How many units can be produced per month) (7) Indicate potential step ladder quantity breaks for no less than 100 units up to 1200 units. (8) Indicate whether FA and production lot testing would be completed in house or subcontracted out. (9) Provide two points of contact including: name, title, phone, fax, and e-mail address. There is no specific format or outline submittals must follow. Summaries should be no longer than 15 pages in length. All summaries should be emailed to Aaron Deich aaron.deich@navy.mil by 3:00 PM CST, 30 January 2017. Prior to issuance of the formal solicitation, a pre-solicitation conference will be held in Panama City, FL for all interested parties. An overview presentation and sampling of delivery order requirements will be discussed. All interested parties attending must RSVP prior to 30 January 2017 for planning purposes. The pre-solicitation conference is scheduled on 7 February 2017 at 8:00AM to 9:30AM located at La Quinta Inn and Suites Panama City Beach, FL (7115 Coastal Palms Blvd, Panama City Beach, FL 32408). To RSVP for the Pre-Solicitation conference e-mail the Contract Specialist, Aaron Deich at aaron.deich@navy.mil and provide the following information: (1) Company Name (2) Cage Code (3) Number of seats requested. Confirmation will be provided. THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SET-ASIDE BASED ON RESPONSES HERETO. This market survey closes on 30 January 2017 at 3:00 PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/97ab08e61c2c84468422b2f80124bef1)
 
Place of Performance
Address: Panama City, Florida, 32407, United States
Zip Code: 32407
 
Record
SN04371991-W 20170115/170113234530-97ab08e61c2c84468422b2f80124bef1 (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.