SOURCES SOUGHT
60 -- Underwater Fiber Optic SONAR Cables - 7335401-A - 6873655-C - 7335185-A - 7335393PL - 8322968 - 8482001 - 7335294-A - 7487572 - 7335184-C - 7335393-D - 7335402 - NAVSEA S9320-AM-PRO-020/MLDG - 7335398-A - NAVSEA S9320-AM-PRO-030/MLDG - 8482140
- Notice Date
- 1/19/2018
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-R-0864
- Point of Contact
- David W Grinnell, Phone: 4018325612
- E-Mail Address
-
david.grinnell@navy.mil
(david.grinnell@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking information to foster competition and to identify companies that possess the interest, technical capability, facilities/equipment and qualifications to manufacture, test, package, and deliver production Underwater Fiber Optic SONAR Cables which mate with Fiber Optic Harness Assembly Connector 53711-8482001 (MINM-3FO FCRL). THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to maximize competition and enable the Government to identify companies that are capable of providing the products described herein prior to determining the method of acquisition and issuing a Request for Proposal (RFP). The contractor must be able to meet the minimum requirements. The North American Industry Classification Systems (NAICS) code for this requirement is 334511- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The small business size standard is 1,250 employees. Note that this RFI is looking to identify all interested potential offerors and receive comments in the interest of competition; it is not primarily to identify small business interest as would be the case with a sources sought. The results of this RFI will be used to help foster competition and inform the development of the solicitation strategy and requirements. The Underwater Fiber Optic SONAR Cables requirement is a new NUWCDIVNPT requirement. After review of the information submitted in response to the RFI, NUWCDIVNPT will release a Synopsis to Industry regarding the acquisition strategy/decision (e.g. 100% build-to-print/partial build-to-print, Other Solicitation Requirements, Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service Disabled Veteran-Owned Business Set Aside) prior to release of the RFP. It is anticipated that the RFP will be posted in April 2018. The resulting Contract will be a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a stepladder pricing schedule. It is requested that all interested businesses respond with a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font) demonstrating the ability to manufacture the Underwater Fiber Optic SONAR cables as well as responding with any comments in the interest of competition (unlimited page length, single spaced, 12 point font) to David Grinnell, Contract Specialist, at david.grinnell@navy.mil no later than 1400 EST 02 February 2018. Questions or comments must be submitted by 1400 EST 02 February 2018. Absolutely no requests for extensions will be honored. Late responses will not be considered. The Capability Statement must address, at a minimum, the following: Section 1: Introduction. Identify the Request for Information (RFI) Number and Title Section 2: Corporate Description. •· Name of Company and address •· Confirmation of Company size status under NAICS Code 334511 •· Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business •· Two points of contact, including: Name, title, phone, and e-mail address •· CAGE Code and DUNS Number Section 3: Past/Current Performance. Provide two (2) examples of prior/current corporate experience providing similar technical capability within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to production of Underwater Fiber Optic SONAR Cables. Section 4: Technical Response. Each potential offeror shall provide the following: •· Proof of S9320-AM-PRO-020/MLDG Certification (note that this will be a minimum requirement under the RFP and this requirement will likely be solicited as Lowest Price Technically Acceptable (LPTA) so potential offerors that are not currently certified should account for this in their strategy.) •· Description of its production and test capabilities/facilities to manufacture and successfully deliver compliant cable assemblies. •· Production throughput capability (i.e., what quantity of cables can be delivered per month in what timeframe after contract award). •· In the interest of competition and since the attached drawing package shows it as a vendor controlled part, the Government is considering allowing offerors to propose design changes to the Vendor Item Control drawings for the connectors in lieu of the build to print. The goal is to avoid the impact of having limited sources for those source controlled pieces affect the overall build-to-print competition. In order to determine whether or not this is a viable approach the Government is requesting, as part of the technical response, comments from industry including: •· Whether or not your company's approach would require this flexibility to compete. •· A rough narrative and associated sketches for how your company would approach such a design effort. Note this is not meant to be a technical proposal; rather the Government is looking for information to suggest such design efforts within the confines of the overall build-to-print are feasible. •· Recommendations for what type of requirement your company would like to see in the resulting RFP to support the fact that your redesign effort would meet the Government's stated requirements. The stated requirements are identified in terms of the build to print and the connector performance specifications listed in attachments 4, 10, and 11 (Drawings 7487572, 7335401 and 7335402, respectively). NOTE: The Government will use information submitted in response to this RFI with a goal of posting a solicitation with a healthy balance of low technical risk and minimal potential impact on competition. Attachments: 1. 7335184 - CABLE ASSEMBLY, FIBER OPTIC, SSN 21 CLASS, DT-100/DT-699 2. 6873655 - CABLE TAG, SERIAL NO., 1.0in. 3. 7335185 - CABLE TAG, IDENTIFICATION 4. 7487572 - CONNECTOR, RIGHT ANGLE, FIBER OPTIC 5. 8322968 - Fiber-optic / Hybrid Connector Assemblies 6. 7335393 - CABLE ASSEMBLY, FIBER OPTIC, DT-100/DT-699 7. 7335393PL - CABLE ASSEMBLY, FIBER OPTIC, DT-100/DT-699 (Parts List) 8. 7335294 - CABLE TAG, INSTALLATION 9. 7335398 - CABLE TAG, IDENTIFICATION 10. 7335401 - CONNECTOR, PLUG, RIGHT ANGLE, FIBER OPTIC 11. 7335402 - CONNECTOR, PLUG, RIGHT ANGLE, FIBER OPTIC (MOD) 12. 8482001 - CONNECTOR, MINM-3FO-FCRL, HARNESS ASSEMBLY 13. S9320-AM-PRO-020/MLDG - Tech Manual Volume II: Molding and Inspection Procedures for Fabricating Connector Plugs for Submarine Outboard Cables 14. S9320-AM-PRO-030/MLDG - Tech Manual Volume III: Plasma Spray Procedure 15. 8482140 - Performance Specification for Outboard Transducer Cable Assemblies First Article Testing The drawings associated with this requirement are labeled Distribution D which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the drawings. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. To obtain a copy of the drawings your account in FBO needs to reflect your JCP certification. The drawing package is uploaded to the site as an attachment with access restricted to JCP certified companies only. DISLAIMER: THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A RFP. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-R-0864/listing.html)
- Place of Performance
- Address: 1176 Howell Street, Newport, Rhode Island, 02840, United States
- Zip Code: 02840
- Zip Code: 02840
- Record
- SN04795142-W 20180121/180119231410-a11742898af8655452be7ab0c2178bff (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 |