SOURCES SOUGHT
99 -- Intermittent Fault Detection and Isolation (IFDIS 2.0)
- Notice Date
- 10/13/2022 7:28:40 AM
- Notice Type
- Sources Sought
- Contracting Office
- GSA/FAS/GSS/SOP REGION 7 FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- 47QSWC22N0090
- Response Due
- 11/3/2022 12:00:00 PM
- Point of Contact
- Phil Cleveland, Phone: 8178508426, Antwoine Griggs, Phone: 6823608001
- E-Mail Address
-
phillip.cleveland@gsa.gov, antwoine.griggs@gsa.gov
(phillip.cleveland@gsa.gov, antwoine.griggs@gsa.gov)
- Description
- **REQUEST FOR INFORMATION** U.S. Navy Fleet Readiness Center Southwest Intermittent Fault Detection and Isolation System 2.0 (IFDIS 2.0) Generator Converter Unit (GCU) Description 1.1 The U.S. Navy Fleet Readiness Center in support of the Fleet Readiness Center South West North Island (FRC-SW) is seeking a �turn-key� Intermittent Fault Detection and Isolation System 2.0 (IFDIS 2.0) and Generator Converter Unit (GCU). This potential requirement will seek Contractors for the manufacture, transportation, start-up, commissioning, validation, calibration, spares, training, programming, technical support, test programming sets, and associated cablings for the IFDIS 2.0 and GCU.� However, given the varying aspects of this potential requirement the Government is willing accept responses containing Contractor Team Arrangements provided, the arrangements are identified, and company relationships are fully disclosed in an offer or, for arrangements entered after submission of an offer before the arrangement becomes effective.� � 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI 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 request for information does not commit the Government to contract for any supply or service whatsoever.� Further, the FRC-SW is not at this time seeking proposals and will not accept unsolicited proposals.� Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on the System For Award Management at sam.gov.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The Government contemplates soliciting for the award of a one-time, firm-fixed price (FFP) contract on behalf of the FRC-SW. As part of its market research, the General Services Administration (GSA), is issuing this RFI to determine if there exists an adequate number of interested and qualified contractors capable of performing the requirements described.� The Government may use the responses to this RFI for information and planning purposes.� The technical specifications describe ONLY the current contemplated specifications and may vary from the actual specifications identified in any Request for Proposal (RFP). This RFI is only for the purpose of identifying potential sources as part of GSA�s market research. This RFI is issued for information and planning purposes only. No RFP currently exists; therefore, do not request a copy of the RFP.� Please note, GSA is not required to use the open market for any resulting RFP. Objectives of the Request For Information Understand the level of interest and availability of potential contractors that could provide the requested turnkey solution. Identify issues, roadblocks, and barriers to successful solution implementations. Obtain contractor feedback on if the contractor will utilize any subcontractors or teaming arrangements. Identify if a total solution can be provided via open market contractors. Provision of other benefits of leveraging a turnkey solution. Comments regarding any ambiguities or needed clarifications of the draft technical specifications Obtain contractor feedback on any other pre-existing contracts that could potentially meet this need. Draft Technical Specifications See Attachment 1 for the Statement of Work (SOW) which provides the performance requirements for the contractor that will meet the Government�s need. 4.0 Responses 4.1 Interested parties are responsible for adequately, marking proprietary or competition sensitive information contained in their response. Respondees are solely responsible for all expenses associated with responding to this RFI.� The Government will not pay for information received in response to this RFI.� There is no commitment by the Government to issue a RFP, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. Do not submit pricing information in response to this RFI. 4.2 Please limit responses or capability statements to three (3) pages.� Responses shall be limited to 3 pages for Section 2 and submitted via e-mail only to [antwoine.griggs@gsa.gov]. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� 4.3.� Responses to the RFI shall include administrative information, and shall include the following as a minimum: 4.3.1.� Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2.� Recommended contracting strategy. 4.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals.� �Small business concern� means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business, including its affiliates, having no more than 750 employees. Respondees are cautioned, however, that this is a general description only.� Additional standards and conditions apply.� Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards.� The FAR is available at https://www.acquisition.gov. 5.0 Industry Clarifications FRC-SW representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide �turn-key� Intermittent Fault Detection and Isolation System 2.0 (IFDIS 2.0) and Generator Converter Unit (GCU). The information provided in the RFI is subject to change and is not binding on the Government.� The U.S. Navy Fleet Readiness Center has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4bff7c1737d948749f4584e1a5959ae3/view)
- Record
- SN06493342-F 20221015/221013230105 (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 |