Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
SPECIAL NOTICE

70 -- SOURCES SOUGHT - PORTABLE OPERATOR POST - COMPUTING UNIT SYSTEMS AND SUBSYSTEMS - CONTROLLED DOCUMENTS

Notice Date
9/6/2017
 
Notice Type
Special Notice
 
NAICS
334111 — Electronic Computer 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
N0016417SNC35
 
Archive Date
10/12/2017
 
Point of Contact
Christina Lane, Phone: 812-854-2737
 
E-Mail Address
christina.lane@navy.mil
(christina.lane@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NC35 - SOURCES SOUGHT - PORTABLE OPERATOR POST - COMPUTING UNIT SYSTEMS AND SUBSYSTEMS - FSC 7025 - NAICS Code 334111 Issue Date: 06 SEP 2017 - Closing Date: 27 SEP 2017 - 02:00 pm EST SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI): The Government is issuing this RFI as part of a market research survey in accordance with FAR 15.201(e) to determine the availability and technical capability of industry to provide a Portable Operator Post - Computing Unit (POP-CU) in support of the Ground Based Operational Surveillance System (G-BOSS) Light and Medium Variants. The POP-CU contains the necessary computing and network equipment to monitor and control a sensor node variant or sensor node variant configuration. The POP-CU will not be housed in an Enclosed Shelter and may be subjected to the external environment. RFI is sought for hardware that may provide any of the capabilities listed above and attached draft performance specifications (Attachment 1 - Performance Specification: Portable Operator Post - Computing Unit (POP-CU)). This RFI is seeking information on systems suited for land-based military applications. All interested parties are strongly encouraged to submit an initial synopsis, (commonly referred to as white paper). White papers should not exceed 15 pages written (Times New Roman, 12 font) or MS PowerPoint slides, with an executive summary (short paragraph). If necessary, additional pages for technical drawings are allowed. Interested parties shall provide BUDGETARY ROUGH-ORDER OF MAGNITUDE (ROM) unit pricing, schedule availability information, mean time between system failures, and any product literature that might be useful in evaluating the end of life production and support thereafter. All interested sources are encouraged to submit company and product literature, references, and other pertinent information for the Governments' consideration. 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. The Government will NOT be responsible for any proprietary information not clearly marked. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-17-S-NC35 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. Contractors must be properly registered in the Government System for Award Management database (SAM) and in the Joint Certification Program (JCP) in order to download any potential solicitation and attachments which may be issued. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov.Information about the JCP is located at http: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This request for information 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. Offerors should submit the white papers electronically to the Naval Surface Warfare Center, Crane Division, Crane point of contact below NLT 02:00 PM EST 27 Sep 2017. White papers may be submitted any time prior to expiration of this announcement. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. Please provide responses to Point of Contact, Christina Lane to the following address: NSWC Crane, 300 Highway 361, Ms. Christina Lane -- Building 3373, Crane, Indiana 47522 or email: christina.lane@navy.mil. Responses provided via email are preferred. Please refer to announcement number N00164-17-S-NC35 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNC35/listing.html)
 
Record
SN04664254-W 20170908/170906233107-c67c699177476454798bd38383aac568 (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.