Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2024 SAM #8311
SPECIAL NOTICE

59 -- REQUEST FOR INFORMATION/SOURCES SOUGHT (RFI/SS) � AN/ALE-47 COUNTERMEASURE CHAFF-FLARE LAMINATED BREECHPLATES

Notice Date
8/27/2024 6:50:17 AM
 
Notice Type
Special Notice
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016424SNC18
 
Response Due
9/10/2024 12:00:00 PM
 
Archive Date
09/25/2024
 
Point of Contact
Clayton Raber, Becky Minks
 
E-Mail Address
clayton.l.raber.civ@us.navy.mil, becky.a.minks.civ@us.navy.mil
(clayton.l.raber.civ@us.navy.mil, becky.a.minks.civ@us.navy.mil)
 
Description
N0016424SNC18 � REQUEST FOR INFORMATION/SOURCES SOUGHT (RFI/SS) � AN/ALE-47 COUNTERMEASURE CHAFF-FLARE LAMINATED BREECHPLATESM � PSC 5998 � NAICS 334418 Issue Date: 27 AUG 2024 � Closing Date: 10 SEPT 2024 3:00 PM EDT Description: This RFI/SS is being issued by Naval Surface Warfare Center, Crane Division (NSWC Crane), located in Crane, Indiana. NSWC Crane is seeking potential sources with the technical capabilities to perform the manufacturing of Countermeasure Chaff-Flare Laminated Breechplates (NAVAIR Drawing 30003-3837AS100). A Technical Data Package (TDP) is attached and the environmental testing requirements for acceptance purposes attached.� The Breechplate shall be manufactured and assembled using new materials in accordance with the TDP and ANSI-J-STD-001 Class 3, as applicable. The Government owned technical drawing can be found as a controlled attachment to this RFI/SS announcement. Quantities will vary with each Delivery Order. A draft Statement of Work is provided as an attachment to this RFI/SS. This requirement is currently being fulfilled under N0016420DWR02 awarded to Roselm Industries INC on 17 Aug 2020.� In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 213.104, the Government is seeking companies with the capabilities to meet the requirements as described herein.� This effort will include the following: Breechplate, Countermeasures Chaff-Flare (NAVAIR Drawing 3837AS100) Thermal Stress Coupons per IPC-2221 (type A and B coupons or type A/B coupons) In the fabrication of products ordered by the Government under the Statement of Work, the contractor shall comply with all the Government's requirements cited in Paragraph 2 as well as any additional requirements (e.g., a more specific SOW, design specifications, product drawings, etc.) necessary to define the requirements under each individual Delivery Order. Thermal stress coupons per IPC-2221 (type A and B coupons or type A/B coupons) shall be submitted with each production delivery. Submitted coupons shall be representative of the plated through holes and via constructions specified in Drawings 30003-3837AS128 and 300033837AS113. Coupon layout shall be modified as necessary to accommodate the large hole sizes (> 0.075�), in the panels, such that the coupons are drilled the same size as the holes in the panels. Coupons from 50% of the panels shall be submitted. Interested parties must be properly registered in the Government System for Award Management database (SAM) and the Joint Certification Program (JCP) to receive the controlled attachment.� Interested parties may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. This is a RFI/(SS) announcement to determine the availability and technical capability of businesses to provide the manufacturing of Breechplates, thermal stress coupons, and other components used in the AN/ALE-47 system. Additionally, this notice is being published with the intent to conduct market research, determine the availability of small business concern participation as either prime or subcontractors and promote competition. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. RFI/SS 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.� The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. 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/SS notice. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. When/if the Government issues a solicitation for this effort, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this RFI/SS. Responses:� Written responses shall be submitted via e-mail to the point of contacts listed below by the closing date.� NSWC-CR Mr. Clayton Raber � Code 0243 Crane, Indiana 47522-5001������������ clayton.l.raber.civ@us.navy.mil� NSWC-CR Ms. Becky Minks � Code 0243 Crane, Indiana 47522-5001 becky.a.minks.civ@us.navy.mil� Responses to the RFI/SS shall include the following: Submitter�s Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone POC Email Announcement Number: N0016424SNC18 All interested parties are encouraged to submit company and product literature, a white paper addressing the vendor�s capabilities and relevant past performance as it relates to meeting the Government requirement, estimated quotes based on work described above and/or other pertinent information. This white paper should not exceed 10 pages.� At a minimum, vendor responses shall include the following information: Capability Statement, which includes the vendor�s ability to perform the requirement based on the Government-furnished TDP provided with the announcement and any past performance examples of similar projects. It is anticipated that a First Article will be required before a contractor is authorized to manufacture production quantities.� The First Article will be required to be delivered within 180 days after contract award. If this is not possible, a recommended delivery of the First Article after the issuance of the contract award is requested.� Address the requirements by task provided in 3.0 thru 3.12 of the DRAFT Statement of Work, specifically addressing which work an offeror can perform themselves and which portions of the work would need to be subcontracted out to other companies. The contemplated percentages for organic/subcontracted resources for each task shall also be provided. Provide specific comments or concerns by SOW paragraph number, as applicable; indicate areas of the SOW that would prohibit submission of a proposal. It is anticipated that the contract length is 5 years. Address if the vendor is willing to provide FFP pricing for 5 years. If not, state the number of years the vendor is willing to provide pricing.� Provide Production Lead Time and Quantity of initial delivery; Delivery Quantity of units per month thereafter, and suggested quantity break points.� Responses to this RFI/SS or questions may be submitted to the Technical Point of Contact any time prior to the expiration of this announcement with a copy to the Contracting Point of Contact (POC). The Technical POC for this effort is Savannah Aiman (savannah.l.aiman.civ@us.navy.mil). The Contracting POC is Clay Raber (clayton.l.raber.civ@us.navy.mil).� Interested vendors should provide information regarding this announcement no later than 3:00PM EST on or before 10 SEPT 2024 to NSWC Crane.� 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 N0016424SNC18 in all correspondence and communications. Attachment 1: DRAFT Statement of Work Attachment 2: Drawings
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8452d0f39d90479ab613975c017d8923/view)
 
Record
SN07187425-F 20240829/240827230120 (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.