SOURCES SOUGHT
H -- EXPLOSIVE MANUFACTURING SUPPORT - Labor Quals
- Notice Date
- 1/24/2017
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017817Q3027
- Archive Date
- 5/19/2017
- Point of Contact
- CARMELL BEARD, Phone: 540-653-4706
- E-Mail Address
-
carmell.beard@navy.mil
(carmell.beard@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SOW Labor Quals This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov Please feel free to access information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center Dahlgren Division intends to issue a solicitation for a sole source, Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Reynolds Systems Inc. The proposed contract is for research and development (R&D); test and evaluation; and hardware fabrication and production of initiators, detonators, deflagrating components, explosive transfer components, multipoint firing systems, firing system assemblies, firesets, low inductance circuits, specialized connectors, switches, transformers, and capacitors. This contract will provide the capability to develop, adapt, and create new capabilities and technologies to reduce costs; decrease component sizes or eliminate components; lower energy requirements and increase energy performance. The Contractor shall supply hardware for the systems defined in this Statement of Work (SOW). This requirement will be solicited in accordance with the authority of 10 U.S.C. 2304 (c)(1) and FAR Part 6.302-1(a)(2)(iii), "Only One Responsible Source". Reynolds Systems Inc. is the only source capable of delivering the technology required due to proprietary and patented implementation of technologies and processes. The period of performance is anticipated to be a 5 year IDIQ Contract. Responsible sources may identify their interest and capability which shall be considered by the agency. This notice is NOT a request for competitive proposals. A determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is a synopsis and does not constitute a Request for Proposal (RFP) and it is not a commitment by the U.S. Navy to procure the subject services. All capability statements shall be submitted to carmell.beard@navy.mil by close of business on 10 February 2017. A copy of the Statement of Work and labor categories are attached for your review. Firms interested in subcontracting opportunities should contact Reynolds Systems Inc. directly. It is anticipated that the solicitation will be issued on or around 04 April 2017 and will be open for 30 business days. Contract award is anticipated at approximately 5 Nov 2017. Any questions regarding this synopsis should be addressed to Carmell Beard at carmell.beard@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017817Q3027/listing.html)
- Record
- SN04379166-W 20170126/170124234440-5184e6cb5aad6449560c0cd8295f0103 (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 |