Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2020 SAM #6870
SPECIAL NOTICE

N -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) � SPECIAL WARFARE AND EXPEDITIONARY SYSTEMS DEPARTMENT ELECTRO-OPTIC/INFRARED SYSTEMS AND COUNTER-UNMANNED SYSTEMS (CUxS) SUPPORT

Notice Date
9/18/2020 11:44:22 AM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016420SNB81
 
Response Due
10/9/2020 8:59:00 AM
 
Archive Date
10/24/2020
 
Point of Contact
Mitch Deyerling
 
E-Mail Address
Mitchell.deyerling@navy.mil
(Mitchell.deyerling@navy.mil)
 
Description
N0016420SNB81 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) � SPECIAL WARFARE AND EXPEDITIONARY SYSTEMS DEPARTMENT ELECTRO-OPTIC/INFRARED SYSTEMS AND COUNTER-UNMANNED SYSTEMS (CUxS) SUPPORT � FSC/PSC N020/N059 � NAICS 336611 ISSUE DATE: 18 SEPTEMBER 2020������������� ������������������������������� CLOSING DATE: 09 OCTOBER 2020 NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS AN RFI/SS ONLY. This RFI/SS is for planning and informational purposes only and shall NOT be considered as a Request For Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI/SS or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor�s submission of responses to this RFI/SS or the Government�s use of such information. The Government reserves the right to reject, in whole or in part, any contractor�s input resulting from this RFI/SS. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI/SS are not offers and cannot be accepted by the Government to form a binding contract. The information provided in this RFI/SS is subject to change and is not binding on the Government. FSC/PSC codes anticipated include N020 and N059. The Naval Surface Warfare Center, Crane Division (NSWC Crane) is conducting market research to gain information to determine current market conditions and size standards for the market, as well as develop the acquisition strategy for shipboard and ashore installation support services of permanent and temporary Expeditionary technology systems. The Government anticipates that any resulting contract, in support of the identified requirement, would be awarded with a base of three years and two one-year option periods to be exercised as needed. �The Government anticipates the resultant contract to be structured as an Indefinite Delivery Indefinite Quantity contract (single or multiple awards to be considered) containing both Firm Fixed Priced line items and Cost Reimbursable line items, however, the result of on-going market research may alter the anticipated contract vehicle.� Purpose: This RFI/SS constitutes market research in accordance with FAR Part 10 and is not an RFP. NSWC Crane is issuing this RFI/SS to identify potential vendors with proven capabilities to support shipboard installations of technology systems, to include but not limited to; EO/IR and CUxS systems as described in the Program Background below. �The Government is seeking information to determine an acceptable and appropriate acquisition strategy to meet both regulations and timely fleet requirements. Program Background: Requirements: NSWC Crane requirements are in support of permanent and/or temporary Expeditionary technology systems, which include but are not limited to; EO/IR and CUxS system installations on US Navy platforms and facilities, US Coast Guard (USCG) platforms and facilities, US Allies Naval platforms and facilities, other US military affiliated platforms and facilities and US Government designated platforms and facilities.� The EO/IR and CUxS system installations include but are not limited to; single sensor and multi-sensor integrated solutions onboard Material Sealift Command (MSC) Class ships, U.S. Navy (USN) Ships, USCG 87� Cutters, National Security Cutter, Polar Ice Breakers and various other customers and/or maritime and ashore platforms. The integration and installation support may be executed pier side at both CONUS and OCONUS maritime facilities, or in public or private shipyards. The Contractor may be required to support up to 8 concurrent installations at various worldwide locations and across various ship classes. The Contractor will be responsible to provide all required labor, materials, tools, test equipment, personal protective equipment (PPE), special tooling, certifications, calibrations, and resources related to performing installation and/or integration in accordance with Government provided Technical Data Package (TDP). The Contractor shall provide services to include platform and/or foundation fabrication, system/equipment integration, shipboard installations, material kitting, installation completion documentation, post-installation support, travel, training, and logistical and engineering support in accordance with the Statement of Work. The Contractor shall provide all necessary resources including material incidental to the installation, and/or Installing Activity Furnished (IAF) material.� Material requirements and specifications, along with Government Furnished Material (GFM)/Government Furnished Information (GFI)/Government Furnished Equipment (GFE) and IAF, will be specified and provided per individual Task Order. Contractor support includes, but is not limited to; program management, fabrication/integration, engineering, logistics, engineering change proposals, prototype installation, maintenance planning, technical data entry, technical writing, configuration management, technical, acquisition, technical data support services, pre and post installation support, de-installations of systems, temporary installations, and removals in conjunction with the installation of new systems.�� Requested Information: Respondents who are interested are requested to complete the attached market research survey and provide a capability statement that identifies the successful performance of shipboard installations/de-installation of technology systems to include EO/IR and/or CUxS systems. Upon completion of market research, the Government intends to release a draft RFP in November 2020. Contractors must be properly registered in the System for Award Management (betaSAM). Offerors may obtain information on betaSAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://beta.sam.gov. The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information about JCP is available at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Responses: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 8 � x 11 in paper, no more than fifteen (15) pages in length, using 12-point font. All responses must include the following information: Name and address of company Name, telephone, fax number, and e-mail address of point of contract CAGE Code and DUNS Number Business Size (under NAICS 336611 � Ship Building and Repairing) Announcement number: N0016420SNB81 Completed Market Research Survey Please be advised that proprietary information must be marked as such on a page-by-page and paragraph-by-paragraph basis. The Government will not assume that the information provided by a respondent is proprietary unless it is conspicuously marked on this basis. Moreover, the Government does not assume duty to contact a respondent and inquire whether unmarked information submitted in response to this RFI/SS is proprietary. All information marked proprietary will be safeguarded. The Government is only seeking sources/information for market research to determine an acquisition strategy to best meet the Government�s requirements. Acknowledgement of receipt will not be made, nor will respondents be notified of NSWC Crane�s view of the information received. Do not send any material that requires a non-disclosure agreement or identify information this is business sensitive. Submittals will not be returned to the sender. Availability of a formal solicitation will be announced separately. It is the contractor�s responsibility to check betaSAM to receive additional data, such as any changes that occur before the closing date. Your interest in this response is appreciated. Respondents will not be notified of the results of this sources sought notice. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. The Government may contact RFI respondents requesting additional information and modeling information to substantiate modeling capabilities. When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this sources sought. DO NOT submit classified information to the below email address.� If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact the below POC to request instructions for submission. Questions: Questions or comments regarding this notice may be addressed to Mitch Deyerling, Mitchell.deyerling@navy.mil, by email only. Telephone calls/questions or inquiries will not be accepted. No questions will be accepted after (09 October 2020) at 1200 Eastern Time. Please reference N0016420SNB81 in the subject line of all e-mails. The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to betaSAM so that all interested partied will benefit from the same information. Reference announcement number N0016420SNB81 in the subject line of e-mails and in ALL correspondence and communications related to this effort.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f16c371ff5ef44708baef0795d4c5484/view)
 
Record
SN05803125-F 20200920/200918230202 (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.