Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2022 SAM #7678
SPECIAL NOTICE

58 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � Shipboard Passive Electro-Optical and Infrared (SPEIR) Requirements

Notice Date
12/6/2022 11:03:48 AM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016423SNB15
 
Response Due
2/15/2023 11:00:00 AM
 
Point of Contact
Roger Goetz, KAYLA HENDRIX
 
E-Mail Address
roger.n.goetz.civ@us.navy.mil, kayla.k.hendrix2.civ@us.navy.mil
(roger.n.goetz.civ@us.navy.mil, kayla.k.hendrix2.civ@us.navy.mil)
 
Description
N00164-23-SNB15 REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � Shipboard Passive Electro-Optical and Infrared (SPEIR) Requirements � FSC/PSC 5855 - NAICS 334511 Issue Date:� 11/10/2022�� Closing Date:� 01/09/2023 The Naval Surface Warfare Center, Crane Division (NSWC Crane) located in Crane, Indiana on behalf of the Office of the Chief of Naval Operations (OPNAV) N96 Surface Warfare Directorate and the Program Executive Office (PEO) Integrated Warfare Systems (IWS) 2.0 Above Water Sensors Directorate is conducting market research seeking industry technical capabilities for establishing a technology roadmap for future increments of the Shipboard Passive Electro-Optical and Infrared (SPEIR) system development solutions applicable to U.S. Navy Ships (DDG, CG, CVN, LHA, LHD, LPD and FFG) consistent with the goals and constraints described in Attachment 1. This is a Request for Information/Sources Sought Notice (RFI/SS) announcement to determine the availability and technical capability of businesses to provide the required services.� Additionally, this notice is being published with the intent to conduct market research and to determine the availability of small business participation as either prime or subcontractors. Small businesses should indicate their small business status (see FAR Part 19) in their capability statement. This RFI is intended for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. This RFI is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals and no award will be made as a result of this notice. The Government is not obligated to and will not pay for information received in response to this notice. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response.� Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. For purposes of this RFI, each company must be able to receive classified documents up to the SECRET level. The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State. Respondents will not be notified of the results of this RFI 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 RFI. Responses to RFI/SS shall be in accordance with Section 03 of Attachment 01, Shipboard Passive Electro-Optical and Infrared (SPEIR) Requirements. � Joint Certification Program required: The technical data package contains information that is restricted.� Only businesses that have completed DD Form 2345 and have been certified by the Department of Defense, United States/Canada Joint Certification Office are allowed to receive the package. Additional information is available at; http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications Contractors must be properly registered in the Government's Joint Certification Program (JCP) in order to receive the solicitation attachments.� Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx.� Contractors must be properly registered in the System for Award Management (SAM).� Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov.� DO NOT submit classified information to the above email addresses.� If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Roger Goetz at roger.n.goetz.civ@us.navy.mil and the Contract Specialist, Kayla Hendrix at kayla.k.hendrix2.civ@us.navy.mil prior to submission. Responses received after 01/09/2023 may not be considered in the Government�s market research. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated.� Reference announcement number N00164-23-SNB15 in the subject line of emails and in all correspondence and communications. Contracting Office Address: 300 Highway 361 Building 3373 Crane, Indiana 47522-5001 United States Primary Point of Contact: ������������������������������������� Secondary Point of Contact: Roger Goetz��� ���������������������������������������������������������� Kayla Hendrix roger.n.goetz.civ@us.navy.mil ��������������������� ����������� kayla.k.hendrix2.civ@us.navy.mil AMENDMENT 0001: The documents for N0016423SNB15 have been revised for the purpose of amending the Request for Information/Sources Sought (RFI/SS) notice posting in order to extend the closing date to 2/15/2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a67d17dc602b421a908426f4f7306c00/view)
 
Record
SN06535802-F 20221208/221206230054 (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.