SPECIAL NOTICE
J -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � Slip Rings, Azimuth and Elevation Brushes, Seals, Elevation Twist Capsules, associated specialized test equipment and the Test Teardown and Evaluation (TT&E) and Repair
- Notice Date
- 9/5/2023 10:14:00 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
- N0016423SNC15
- Response Due
- 10/5/2023 1:00:00 PM
- Archive Date
- 10/20/2023
- Point of Contact
- CHARLENE WARREN
- E-Mail Address
-
CHARLENE.R.WARREN.CIV@US.NAVY.MIL
(CHARLENE.R.WARREN.CIV@US.NAVY.MIL)
- Description
- N0016423SNC15 REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � Slip Rings, Azimuth and Elevation Brushes, Seals, Elevation Twist Capsules, associated specialized test equipment and the Test Teardown and Evaluation (TT&E) and Repair � FSC/PSC J016 - NAICS 334511 Issue Date:� 9/05/2023�� Closing Date:� 10/05/2023 REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: Naval Surface Warfare Center, Crane Division (NSWC Crane) is seeking information for market research purposes regarding supplies and repair services in support of several sensor systems variants. The procurement is intended for the purchase and repair of Slip Rings, Azimuth and Elevation Brushes, Seals, Elevation Twist Capsules, associated specialized test equipment and the Test Teardown and Evaluation (TT&E) and Repair. These items will be utilized in the repair and sustainment support of the Raytheon family of Electro Optic/Infrared (EO/IR) Systems, also known as Multi-spectral Targeting Systems (MTS). This family of EO/IR systems includes the AN/AAS-44C, AN/AAS-52B, AN/DAS-1A, AN/DAS-3, AN/DAS-4, AN/DAS-5, AN/AAS-53, AN/ZSQ-2, MTS-C and future MTS derivatives, hereinafter referred to as EO/IR Systems. NSWC Crane intends to award a Basic Ordering Agreement on a sole-source basis to Moog Inc. (1213 N. Main St., Blacksburg, VA. 24060-3127). The basis for restricting competition is due to the Government not owning design specifications adequate to allow for competition and Moog, Inc. has advised that Moog does not intend to license or sell its proprietary data to the Government or to any entity. Based on their unique system design, test and component interface knowledge and experience, Moog is the only contractor possessing the capability to provide the required supplies and services in the timeframes required. Therefore, Moog is the only contractor possessing the capability to provide the required supplies/services to meet mission requirements without significant duplicative costs and time delays to the Government, which would not be recouped through a competitive contract action. The contract will be awarded pursuant to 10 U.S.C. 3204(a)(1) and the Federal Acquisition Regulations 6.302-1, only one responsible source and no other type of supplies or services will satisfy agency requirements. 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 supplies/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 announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal 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. 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. 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. 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.� Responses received after 10/05/2023 may not be considered in the Government�s market research. Reference announcement number N0016423SNC15 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: ������������������������������������� Ms. Charlene Warren � Code 0231 NSWC Crane, Indiana 47522 charlene.r.warren.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb695269f17041e29c3869dd29fe09f4/view)
- Record
- SN06818019-F 20230907/230905230050 (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 |