Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOURCES SOUGHT

16 -- RF & Circuit Design Assembly & Fabrication Support

Notice Date
7/7/2020 7:53:11 AM
 
Notice Type
Sources Sought
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N00178-20-R-4410
 
Response Due
7/21/2020 2:00:00 PM
 
Archive Date
08/05/2020
 
Point of Contact
Catherine M Wendt, Phone: 5406532974, Amy Richards, Phone: 5406537825, Fax: 5406534089
 
E-Mail Address
catherine.wendt@navy.mil, Amy.T.Richards@navy.mil
(catherine.wendt@navy.mil, Amy.T.Richards@navy.mil)
 
Description
This sources sought is being posted to the Federal Business Opportunities (FBO) page located at https://beta.sam.gov/.� It is understood that this is the single point of entry for posting of synopsis and solicitations to the Internet. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) seeks to obtain market research information from sources capable of fully satisfying information contained herein. NSWCDD seeks a vendor to provide design and fabrication, rapid prototyping, special acquisition, and technology integration related to circuit board design and Radio Frequency (RF) distribution assemblies, mechanical fabrication, and fabric assemblies for various systems.� Types of equipment or systems may include voice and data communications, cryptographic equipment, electronic countermeasures, navigation aids, radar, and sonar, as they pertain to Electronic Warfare (EW) and RF systems.� Other types of equipment or systems may include maritime vessel disablement systems, deployment systems, and electrical/mechanical systems.� Tasking is further delineated in the Draft Statement of Work attached to this Source Sought Notice. �The immediate objective is to survey and assess interest from small businesses capable and interested in participating in this effort. Capability statements are requested to determine if a small business set-aside can be made. Small businesses capable of fully satisfying the requirements described above and outlined in the attachment should submit capability statements/expressions of interest providing the Government the necessary information to determine actual capability. Capability statements shall not exceed ten (10) pages and shall include the following items: (1) A company profile including CAGE Code and DUNS number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business); (2) A complete description of the offeror's capabilities, related experience, facilities, fabrication/manufacturing techniques or unique combinations of these factors that clearly relate to the Government's specific needs for this requirement as outlined in the attached draft SOW; (3) A complete description of the offeror�s ability to meet the mandatory requirements defined in the SOW; (4) Business / contracts / marketing office point(s) of contact; (4) A summary of specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (5) Any additional information that may be useful to the successful procurement of the requirements, if solicited. Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier subcontractor, including an independent contractor, which has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� If �similarly situated entity� subcontracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� subcontracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting (DEVIATION 2019-O0003), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.� Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. Capability statements shall adhere to a ten (10) page submission limit, plus any commercial marketing information, brochures, or web links. All information should be submitted to Attention Code 0243; email address is catherine.wendt@navy.mil, reference number N00178-20-R-4410. The submission date for capability statements is on or before 21 July 2020. Questions regarding this Sources Sought Notice must be received no later than 12PM on 17 July 2020. This market research announcement is not considered a commitment of any kind by the Government and individual correspondence should not be expected in advance of any resulting pre-solicitation notice for the proposed requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9b58381a9d284c4d88d20f5750fdcf05/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN05714029-F 20200709/200707230156 (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 |
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.