Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOURCES SOUGHT

58 -- TR-232C Transducers

Notice Date
2/7/2024 11:05:04 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-24-R-0144
 
Response Due
2/20/2024 11:00:00 AM
 
Archive Date
03/06/2024
 
Point of Contact
Kerin Prairie, Phone: 401-832-3037, Andrew Kenyon, Phone: 401-832-7290
 
E-Mail Address
kerin.m.prairie.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil
(kerin.m.prairie.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil)
 
Description
Sources Sought N66604-24-R-0144, NUWC Code 0222, TR-232C Transducer Production NUWC Division Newport (NUWCDIVNPT) is seeking information for potential small business sources to capable of designing, manufacturing, testing, packaging, and delivering TR-232C Transducer First Article and Production Assemblies that meet the performance requirements of the TR-232C Transducer Critical Item Performance Specification (CIPS) for the Code 15 Hull Sensor Systems (HSS) Program in order to replenish and maintain adequate inventory to support fleet needs. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The NAICS for this requirement is 334511 with a size standard of 1,350 employees.� This procurement is a follow-on to Contract No. N66604-18-D-E800, which was solicited under a 100% Small Business Set-Aside.� The incumbent contractor is Massa Products Corp. All interested small businesses are encouraged to respond. The results of this Sources Sought will be used to determine if a Small Business Set-Aside opportunity exists. All Small Business Set-Aside categories will be considered. The anticipated ordering period shall not exceed 5 years from the date of award however, it is estimated that it could take up to 7 years to complete all orders. After review of the submitted Sources Sought, NUWCDIVNPT will release a synopsis regarding the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Business) prior to release of the final RFP.� It is anticipated that the RFP will be posted in April 2024, with contract award before CY2024 end.� The resulting Contract will use Fixed Price (FFP) provisions. Place of Performance:� 100% At Contractor Facility It is requested that interested small businesses respond with a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached SOW to Kerin Prairie, Contracts Negotiator at kerin.m.prairie.civ@us.navy.mil, or (401) 832-3037, by 02:00 EDT on 02/20/2024.� Questions or comments must be submitted by 2:00 EDT 02/14/2024.� Absolutely no requests for extensions will be honored.� Late responses will not be considered. The Capability Statement must address, at a minimum, the following: Section 1: Introduction.� Identify the Sources Sought Number and Title Section 2: Corporate Description.� Name of Company and address Contract number Confirmation of Company size status under NAICS Code 334511 Ownership, including whether:� Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business Two points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number Section 3. Past/Current Performance.� Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW. Section 4.� Technical Response.� Provide a technical response that includes the following: Statement regarding capability to manufacture TR-338D Transducers that meet the Critical Item Performance Specification (CIPS) requirements. Describe the expected delivery and throughput capability from contract award to delivery of first article and production TR 338D transducers. Describe the test facilities and equipment to which the potential offeror has access to in order to meet the procurement requirements. If the potential offeror does not own its facilities and equipment, the response shall include evidence that it will have a commitment or an arrangement to rent, purchase or otherwise acquire the needed facilities and equipment. Section 5. Applicable Compliances. Provide a technical response that includes the following: National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 is applicable. In order to be considered for an award, the Offeror shall have a current assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) (see 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at: https://www.acq.osd.mil/asda/dpc/ce/index.html (1)������� The Offeror shall verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) for all covered contractor information systems relevant to the offer. (2)������� If the Offeror does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the Offeror may conduct and submit a Basic Assessment to mailto:webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) of this provision. Include a statement verifying that summary level scores of a current NIST SP 800-171 DoD Assessment are posted in SPRS or confirm willingness and capability to submit a Basic Assessment to SPRS. Attachment (1) DRAFT Statement of Work (SOW) DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL (RFP).� THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a32d4eb4bfae461085629e09fa050534/view)
 
Record
SN06958811-F 20240209/240207230052 (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.