SPECIAL NOTICE
60 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – Services to Support Surface Electronic Warfare (EW) NA/SLQ32 Systems - CONTROLLED ATTACHMENTS
- Notice Date
- 8/25/2017
- Notice Type
- Special Notice
- NAICS
- 334417
— Electronic Connector 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
- N0016417SNC33
- Archive Date
- 9/30/2017
- Point of Contact
- Alexia Yoo,
- E-Mail Address
-
alexia.yoo@navy.mil
(alexia.yoo@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-17-S-NC33 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - Services to Support Surface Electronic Warfare (EW) NA/SLQ32 Systems - PSC 6015, 6070, 6080, 6099 - NAICS 334417 Aniticipated RFI Issue Date: 8/25/2017- Anticipated Closing Date: 09/15/2017 Introduction: The Government is issuing this RFI/sources sought announcement as part of market research for the acquisition of services to support Surface Electronic Warfare (EW) NA/SLQ32 "Next Generation" Elextronic Warefare System. The Government is seeking information from companies that have the knowledge, skill set and capability to execute this requirement. The Government anticipates issuing a request for proposals (RFP) for a 5-year, Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support the AN/SLQ-32 "Next Generation" Electronic Warfare System. The requirement is for the pre-fabrication, kitting and labor support for all ship installation, training, testing, repair and required travel of all fiber optic cable plant (FOCP) cables for (V)6 and (V)7 configurations with options to procure Fiber Optic Workstations. The industrial support will be executed pier side at both Continental United States (CONUS) and Outside the Continental United States (OCONUS) Maritime facilities, in public or private shipyards, as well as, US shore sites. It may be required to support concurrent installations in various world-wide locations (Norfolk, San Diego, Pearl Harbor, Yokosuka (Japan), Rota (Spain), and shore sites (US). It is anticipated that Delivery Orders will contain specific work statements and may require resources to support concurrent installations in various world-wide locations. Ship Hulls and Surface EW Systems to be supported under this contract include, but are not limited to the following: Ship Hulls Surface EW Systems DDG-51 Class, CG, LPD, LHA AN/SLQ-32 (V) Back Fit DDG-1000 AN/SLQ-32 A(V)6 CVN 78 AN/SLQ-32 B(V)6 FF AN/SLQ-32 C(V)6 Anticipated IDIQ quantities for kits are a minimum of 1 units and a maximum of 69 units over the life of the contract. Inspection and acceptance will be performed by a Government representative at FOB destination. The Draft Statement of Work (SOW) has been posted along with sample drawings. 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, and /or identify other Government contracts with similar efforts for the Government(s) consideration. Respondents should submit the white papers electronically prior to 4:00 p.m. EDT on 15 September 2017 in order to be reviewed. Submissions after this date will be accepted, although there is no guarantee they will be reviewed. White papers can be submitted in plain text, PDF or MS Word formats. Responses to the RFI will not be returned. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Include the following in the subject line of the e-mail: N00164-17-S-NC33 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: N00164-17-S-NC33 Drawings are being provided with this request for information to allow vendors the opportunity to review and respond. These drawings, which are for example only, contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD Contractors only. Contractors must be properly registered in JCP and 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. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx 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 Acquisition POC Ms. Alexia Yoo, alexia.yoo@navy.mil, cc: kelli.kixmiller@navy.mil. The mailing address is: NAVSURFWARCENDIV Crane, Attention: Alexia Yoo, Code 0243, Bldg 121, 300 Highway 361, Crane, IN 47522-5001 Submissions in response to this announcement shall be submitted to the NSWC Crane Contracting POC by 4:00 PM Eastern Time 15 Sep 2017. Responses received after 15 Sep 2017 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. The purpose of this RFI is to gain information as Market Research. Proprietary information shall be clearly marked. Responses to this RFI that indicate that the information therein is proprietary or represents confidential business information, will be received and held in confidence for U.S. Government use only. Proprietary information will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish future capabilities and requirements. The Government will NOT be responsible for any proprietary information not clearly marked. Vendors may be requested to provide additional information if clarification is required. Your interest in the response is appreciated. Reference announcement number N00164-17-S-NC33 in all correspondence and communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNC33/listing.html)
- Record
- SN04647332-W 20170827/170825231551-8ca0600c664f4e9793964afdd522e678 (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 |