SPECIAL NOTICE
J -- REQUEST FOR INFORMATION (RFI) � Required Information for Certification of Industry Source of Repair.
- Notice Date
- 1/18/2023 1:21:11 PM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016423SNB28
- Response Due
- 2/16/2023 1:00:00 PM
- Point of Contact
- Susan Eckerle, Brandon Firestone
- E-Mail Address
-
susan.k.eckerle.civ@us.navy.mil, brandon.l.firestone.civ@us.navy.mil.
(susan.k.eckerle.civ@us.navy.mil, brandon.l.firestone.civ@us.navy.mil.)
- Description
- N0016423SNB28 � REQUEST FOR INFORMATION (RFI) � Required Information for Certification of Industry Source of Repair. PSC: J020/5840�� NAICS: 334511 Issue Date:� 18 JAN 2023 ����������Closing Date:� 16 FEB 2023 � 4:00 PM EST This is a Request for Information (RFI) issued by the Department of the Navy, Naval Surface Warfare Center, Crane Division (NSWC Crane), on behalf of the Aegis Program. The Government is conducting market research, seeking information required to certify an industry source of repair. It is NSWC Crane�s intent to utilize the received information in considerations for repair depot certification. Pursuant to FAR 52.215-3 this RFI is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.� This does NOT constitute a Request for Proposal. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. �Not responding to this RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via SAM.GOV and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor SAM.GOV for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. Questions regarding this announcement shall be submitted in writing via e-mail to Susan Eckerle at susan.k.eckerle.civ@us.navy.mil and Brandon Firestone at brandon.l.firestone.civ@us.navy.mil. Verbal questions will not be accepted.� Questions shall not contain classified information. Information being requested is in reference to the following items: DISPLAY, OPTOELECTRO OEM: General Micro Systems OEM P/N: 97-2375-000 P/N: 8567957 NIIN: LLH7E3335 COMPUTER, SINGLE BOARD OEM: General Micro Systems OEM P/N: 97-2427-000 P/N: 8563172-001 NIIN: LLH7E3331 COMPUTER, SINGLE BOARD OEM: General Micro Systems OEM P/N: 97-2428-000 P/N: 8563172-002 NIIN: LLH7E3333 CONSOLE INFRASTRUCT OEM: AJ Power Supply OEM P/N: AJPS-CIM-24-12-5-C P/N: N146523-2 NIIN: LLH7E3426 DISPLAY MONITOR, CD OEM: Barco Federal System OEM P/N: K9349201 P/N: N149000-1 NIIN: LLH7E3421 DISPLAY MONITOR, CD OEM: Barco Federal System OEM P/N: K9349200 P/N: N149001-1 NIIN: LLH7E3423 LIGHTED WRITING SURFACE OEM: Barcoview LLC OEM P/N: K9349202 P/N: N149000-2 NIIN: LLH7E3422 NETWORK SWITCH OEM: CISCO Systems OEM P/N: N3K-C3064-X-BA-L3 P/N: 8479880 NIIN: LLH7E3329 NETWORK SWITCH, CISC OEM: CISCO Systems OEM P/N: N3K-C3132Q-40GE P/N: 8479881 NIIN: LLH0E6028 VARIABLE ACTION BUTTON OEM: Comark OEM P/N: 51-15842-002 P/N: N149022-2 NIIN: LLH7E3424 TRACKBALL, CDS OEM: Cortron Rugged HMI OEM P/N: 606-0022A P/N: N149026-1 NIIN: LLH7E3425 POWER SUPPLY OEM: DotHill OEM P/N: GQSPL-ASPW-A01R P/N: 8563162 NIIN: LLH7E3343 SHIELD, ELECTRONIC OEM: Fortinet OEM P/N: FG-1240B-BDL-G P/N: 8479879 NIIN: 016815413 CIRCUIT CARD ASSEMBLY OEM: IXI Technology OEM P/N: SP-01108-01 P/N: 8563166 NIIN: LLH7E3334 CIRCUIT CARD ASSEMBLY OEM: IXI Technology OEM P/N: SP-03102-00 P/N: 20523865-3 NIIN: 015983255 CIRCUIT CARD ASSEMBLY OEM: IXI Technology OEM P/N: SP-04102-10 P/N: 20523865-4 NIIN: LLH7E3371 CIRCUIT CARD ASSEMBLY OEM: Lockheed Martin OEM P/N: UNKN P/N: 8567700 NIIN: LLH7E3330 MOTHER BOARD ASSEMBLY OEM: Lockheed Martin OEM P/N: UNKN P/N: 20535800-501 NIIN: LLH7E3332 HEAT INTERCHANGER OEM: Lockheed Martin OEM P/N: UNKN P/N: 7420574 NIIN: 016171176 SINGLE BOARD COMPUTER OEM: Lockheed Martin OEM P/N: 97-2427-100 P/N: 8563172-003 NIIN: LLH7E5826 SINGLE BOARD COMPUTER OEM: Lockheed Martin OEM P/N: 97-2428-100 P/N: 8563172-004 NIIN: LLH7E5827 SERVER ASSEMBLY 3U OEM: Mercury Systems OEM P/N: 535-100068-12393 P/N: 8479885 NIIN: 016836908 SERVER, 3U, RACK MOUNT OEM: Mercury Systems OEM P/N: 535-100068-12393 P/N: 8479885 NIIN: LLH7E3341 SERVER, REX-XR4-1U OEM: Mercury Systems OEM P/N: 531-10080-5306 P/N: 8479886 NIIN: LLH0E6023 SERVER, AUTOMATIC OEM: Perle Systems Inc. OEM P/N: 4030284 P/N: 8479883 NIIN: LLH7E3328 PROCESSOR, FILE SERVER OEM: Quantum OEM P/N: GQSPL-ASTB-001R P/N: 8479884 NIIN: LLH7E3342 SERVER, AUTOMATIC OEM: Systel OEM P/N: 4371LMC-04 Rev G P/N: 8567200-1 NIIN: LLH7E3220 PROJECTOR LASER HD OEM: Video Display Corp OEM P/N: 81540-01 P/N: 8567956-1 NIIN: LLH7E3340 POWER MODULE ASSEMBLY OEM: Video Display Corp OEM P/N: 81849-03 P/N: 8567956-2 NIIN: LLH7E3339 Responses to this RFI should be submitted by 16 Feb 2023 4:00 PM EST via e-mail to Susan Eckerle at susan.k.eckerle.civ@us.navy.mil, and copy Brandon Firestone at brandon.l.firestone.civ@us.navy.mil. Companies responding to this RFI should provide a response not to exceed ten (3) pages per part addressed in submitted responses. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested.� Responses should indicate sufficient detail for assessment of potential design architecture, strategies and company interest; submissions should be organized as follows: Cover Sheet: RFI number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date Table of Contents: Include a list of figures and tables with page numbers General response information/Capability Statement List of abbreviations and acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. Responses should, at a minimum, address the following questions for each component listed on the previous pages one (1) through four (4) that your company has repair capabilities for. If information is not available for certain questions, please indicate that. General Information Questions Is the company willing to do business directly with the Government? What is the company�s current Cage Code? Does the company have an active DoDAAC/CAGE in SAM? What is the company�s Joint Certification Program (JCP) Status? Has the company repaired assets for the DoD and used CAV access to repair/process assets for the Navy? Has the company worked with NAVSUP WSS specifically? Current Manufacturing location (of equipment used by Navy if in production)? Current Repair facility location? Does the company have a quality assurance program in place to mitigate and prevent counterfeit parts from being implemented into repairable item? Repair Questions What type/level of repairs and refurbishment does the company provide for this equipment? How long does the company plan on supporting repairs? If in production, what warranty is offered with a new purchase? Do repaired items come with any warranty (type and length)? Would the company support repairs of out of warranty equipment? What is the advertised Repair Turn Around Time (RTAT)? Is there a maximum number of units that can be received for repair at a given time? (Capacity limits on repair?) Is there any minimum number of units that the company would need to receive in a certain time period to maintain the repair line? Do you have a repair value that the company would consider Beyond Economical Repair (BER) before recommending to the customer to buy new? Sustainment Questions Is the item currently for sale? If so, are they sold commercially or solely with the federal Government? If yes, how long does the company intend on supporting new production? At what rate does the OEM plan to perform a technical refresh for the item design? Is there a planned replacement to match the Form, Fit, Function and Interface (FFFI) of the item? Will the company inform the customers of Diminishing Manufacturing Sources (DMS) issues for the item? Are there any other related services for the item that the company provides? Miscellaneous Questions Is technical data available for the item and if so what type (proprietary, government owned, contracted rights, partnership agreements, etc.) Would the OEM be willing to relinquish technical data rights? Would the OEM be willing to provide training? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses.� The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified.� Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Brandon Firestone at brandon.l.firestone.civ@us.navy.mil with a copy to the Contract Specialist, Susan Eckerle at susan.k.eckerle.civ@us.navy.mil. NSWC Crane will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details: Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. Paper should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft PowerPoint .pdf Adobe Acrobat .mmpx Microsoft Project Submitted electronic files should not be compressed.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/386fcaf8d17640f79671da26bc868073/view)
- Record
- SN06566372-F 20230120/230118230104 (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 |