SOURCES SOUGHT
A -- Anchor Monitoring System Display Monitor Development and Production
- Notice Date
- 2/5/2020 4:19:45 PM
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A20Q5711
- Response Due
- 2/14/2020 2:00:00 PM
- Archive Date
- 02/29/2020
- Point of Contact
- Dylan J. Ford, George R. Rutt
- E-Mail Address
-
dylan.ford@navy.mil, george.rutt@navy.mil
(dylan.ford@navy.mil, george.rutt@navy.mil)
- Description
- Description:� The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440.25) is issuing this sources sought to conduct market research to determine industry capability and interest in performing services to design, test, and build two Anchor Monitoring System displays. The Government has designed the schematics, required inputs and outputs, as well as the confines of size for a display that is needed for an Anchoring Monitoring System. This display will provide real-time status to an operator of current equipment action and position. The display will also provide system feedback to help monitor and control the system. The government will require two of these displays. The Contractor shall provide engineering services in designing the controlling PCB (Printed Circuit Board) using the supplied schematics that are provided by the Government. The Contractor shall provide manufacturing services for the PCB and the display screen that will be driven by the PCB and the housing that will contain the display screen and LED indicators to provide indications and information. Additionally, the Contractor shall provide drawings, testing services and OQE. The Anchor Monitoring display will comprise of two separate internal displays separated by an LED indication panel. The services will include the PCB design, the PCB Manufacturing, the manufacturing of the displays to the specifications listed in this PWS, testing in accordance with this document, and provide documentation and certifications accordingly. The contractor shall a produce a First Article Test (FAT) procedure that is approved to by PSNS prior to performing. For additional information regarding the technical specifications please refer to the attached DRAFT Performance Work Statement (PWS). � Based on the responses to this sources sought, this requirement may be set-aside for small business or procured through full and open competition (unrestricted), the Government intent is for a single firm fixed price award. All small business set-aside categories will be considered. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. Where/What To Submit: Interested companies should submit, on company letterhead, a notice of interest including the company name, DUNS number, CAGE code, telephone number, mailing address, and e-mail address of one point of contact. Submit via Email to dylan.ford@navy.mil and george.rutt@navy.mil. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. �Is your company a small or large business as defined by the Small Business Administration under NAICS code 334513 (a small business must have 750 or less employees)? � Does your company have a satisfactory performance record for the type of work required? Please provide an example of relevant and recent (within three years) past performance. � Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? � Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the Anchor Monitoring Display package? � When To Submit: Responses are requested no later than 2:00 PM Pacific Time on 14 February 2020. Notice Regarding Sources Sought: This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought; all costs associated with responding to this sources sought will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government Wide Point of Entry (Beta.SAM.Gov) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a9e59ed922d94bc8956e63b0b6a7c1e2/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05553027-F 20200207/200205230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |