SOURCES SOUGHT
70 -- LHD/A Machinery Control Systems
- Notice Date
- 1/14/2025 10:25:39 AM
- Notice Type
- Sources Sought
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- PD-51-0216
- Response Due
- 1/24/2025 12:00:00 PM
- Archive Date
- 02/08/2025
- Point of Contact
- Brendan Heasley, Phone: 445-456-1295
- E-Mail Address
-
brendan.t.heasley.civ@us.navy.mil
(brendan.t.heasley.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The LHD/A Machinery Control Systems are currently experiencing obsolescence issues with respect to both their hardware/computer software configuration items (HWCI/CSCI) that will require a technology refresh and re-engineering to sustain shipboard tactical operations. Historically, the MCS configuration included North Atlantic Industries (NAI) brand name 6U Versa Module Europa (VME) Multifunction I/O cards, specifically the 64G5 card. The legacy NAI 64G5 card has reached end of life and are no longer supported. In order to address availability and obsolescence issues, MCS Tech Refresh is transitioning from the legacy Versa Module Europa (VME) chassis design, which hosts the I/O cards, to a VME Peripheral Component Interconnect with extents for both buses standards (VPX) chassis design. The NAI 68G5 I/O Cards, listed in this requisition, are required to support the LHD/A MCS Tech Refresh as they are compatible with the modernized VPX Chassis, compliant with the VPX Chassis backplane pin-out structure and provide increased functionality and supportability compared to the legacy I/O Cards. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential firms capable of providing the supplies/services described herein prior to determining the method of acquisition. Capability Statements: Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement. Capability Statements 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 Prime contract number Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) Points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number (1) A complete description of the offeror�s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as stated in the attached PWS, (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement; Section 3. Past/Current Performance. Suggested language: 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 detailed technical response that addresses the tasks identified in the Draft SOW. Information should include: Contractor�s Facility Clearance (if required, this should be filled out by the negotiator) Statement regarding capability to obtain the required industrial security clearances for personnel (if required, this should be filled out by the negotiator) The contractor�s ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the Task Order with its� own employees in accordance with FAR 52.219-14 The contractor�s capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified Contractor�s ability to begin performance upon Task Order award. A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Attachment (1) DRAFT Statement of Work (SOW) Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor�s accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Questions or comments must be submitted via email. Responses must be received no later than 3:00pm EST on 24 January 2025 by e-mail to brendan.t.heasley.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7b16e7102c4f4d6c8b16e7adab34a54a/view)
- Place of Performance
- Address: Philadelphia, PA 19112, USA
- Zip Code: 19112
- Country: USA
- Zip Code: 19112
- Record
- SN07312987-F 20250116/250114230136 (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 |