SPECIAL NOTICE
58 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � TR-143A TRANSDUCERS
- Notice Date
- 2/19/2020 12:42:53 PM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522 USA
- ZIP Code
- 47522
- Solicitation Number
- N0016420SNB31
- Response Due
- 3/5/2020 1:00:00 PM
- Archive Date
- 03/20/2020
- Point of Contact
- Kori Jacobsen, Phone: 8128546343
- E-Mail Address
-
kori.jacobsen@navy.mil
(kori.jacobsen@navy.mil)
- Description
- N0016420SNB31 � REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � TR-143A TRANSDUCERS � PSC 5845 - NAICS 334511 Issue Date: 19 FEB 2020 - Closing Date: 5 MAR 2020 - 4:00 PM EDT REQUEST FOR INFORMATION (RFI) � The Government is issuing this RFI/Sources Sought announcement as part of market research for TR-143A Transducers. The Government has a requirement for the fabrication, assembly, inspection, test and delivery of TR-143A Transducers. The TR-143A Transducers are components of the AN/BQN-25 Navigation Sonar System installed on U.S. and United Kingdom submarines. The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the current certified source, Massa Products Corporation, Hingham, MA 02043 (CAGE: 88958). This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C 2304(c)(1) as implemented by FAR 6.302-1. Manufacturers of the TR-143A Transducer are required by the U.S. Navy to go through extensive certification at three levels of testing, spanning 36 months and at estimated costs of $5,031,184.00 for vendor certification. The basis for restricting competition to Massa Products Corporation is to avoid cost duplication and unnecessary schedule impact. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with capabilities and facilities to provide components that meet the Government�s requirement and certification requirements for TR-143A Transducers may respond. Responses shall address how the Government can offset the estimated $5,031,184.00 in cost duplication and the schedule delay that are anticipated to result if a new source is utilized. All interested parties may 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, an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the significant Government investment in the existing TR-143A Transducers. Responses shall include availability, budgetary cost estimate, and lead-time of the solution. 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: N0016420SNB31 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable source for future requirements; to take exception to the anticipated sole source as your company currently meets all of the Government requirements and can successfully offset the projected cost duplication and schedule delays. The Government may contact RFI respondents to get clarification on the information submitted. Contractors must be properly registered in the Government�s System for Award Management (SAM). 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. Market Survey information may be submitted to the Point of Contact (POC) any time prior to the expiration of this announcement. The POC for this effort is Ms. Kori Jacobsen, kori.jacobsen@navy.mil. The subject line of the email should include the above special notice number when responding to this notice. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d9007a75054a467983b0908f94809e6a/view)
- Record
- SN05565184-F 20200221/200219230139 (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 |