Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SPECIAL NOTICE

16 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT- BUILD-TO-PRINT MACHINE SHOP REQUIREMENTS

Notice Date
1/15/2025 1:05:24 PM
 
Notice Type
Special Notice
 
NAICS
332710 — Machine Shops
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016425SNB75
 
Response Due
2/14/2025 12:00:00 PM
 
Archive Date
03/01/2025
 
Point of Contact
Nikki May, Phone: 812-381-3467
 
E-Mail Address
nichole.r.may.civ@us.navy.mil
(nichole.r.may.civ@us.navy.mil)
 
Description
N0016425SNB75 � REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT- BUILD-TO-PRINT MACHINE SHOP REQUIREMENTS � FSG 16 � NAICS 332710 Issue Date: 15 JAN 2025 � Closing Date: 14 FEB 2025 � 3:00 P.M. EDT ANY COST INCURRED BY INTERESTED COMPANIES IN RESPONSE TO THIS ANNOUNCEMENT WILL NOT BE REIMBURSED. RFI/SOURCES SOUGHT: At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/Sources Sought does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) and should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Any costs incurred by interested companies in response to this announcement or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. The Government intends to follow this RFI/Sources Sought with a synopsis and eventually a competitive Request for Proposal (RFP) which may result in a competitive, five-year Indefinite Delivery Indefinite Quantity contract for an approximate award at $72,000,000. Naval Surface Warfare Center (NSWC) Crane Division is interested in hearing feedback from industry in support of the BUILD-TO-PRINT MACHINE SHOP REQUIREMENTS. This effort is underway to gauge potential interest, establish the current state of industry and identify marked improvement in industry capabilities. The submission may be in the form of manufacturing capabilities and types of machining completed. The Government intends to procure machined parts to support Armed Helo Weapons Systems and various ground and air activities in support of the United States Navy. This procurement�s performance requirements are based on, but not limited to, Fixed Forward Firing Weapons (FFFW) and Interface Unit Automatic Data Processor (IUADP). The Government anticipates this procurement will culminate in the award of multiple Firm Fixed-Price (FFP), Five-year, with Five (5) one-year options, Indefinite Delivery Quantity (IDIQ) supply contracts. The period of performance may be changed, dependent upon the results of this market research. Drawings will be provided at the time of solicitation for pricing of repetitive, known requirements. Future emergent requirements that fall under the scope of this requirement may be purchased from a build-to-print contract line item that will be competed IAW FAR 16.5 when the requirement becomes known. The units procured under this requirement shall be manufactured in accordance with the Statement of Work (SOW), Contract Data Requirements List (CDRLs) and Technical Drawings. The required delivery schedule will be specified in subsequent delivery orders and it is anticipated to require delivery within a range of 90-240 days after effective date of the delivery order. FOB destination, with inspection and acceptance performed at destination. Ensuing award is anticipated to be approximately $72,000,000. The competitive RFP will require product samples at proposal submission, and is anticipated to be awarded on a non-commercial basis. All interested parties are strongly encouraged to submit an abbreviated synopsis or white paper. White papers should not exceed 3 pages with an executive summary (short paragraph) on the effort and MAY include digital copies of vendor capabilities, product brochures, spec sheets, and identification of risks. Submissions may be sent by any government or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. Responses from Small and Small Disadvantaged Businesses are strongly encouraged. Firms responding must indicate if they are a small business, socially and/or economically disadvantaged business, 8(a) firms, historically black colleges or universities, or minority institutions. Responses to the RFI shall include the following: Submitter�s Name and Business Size Status Street Address, City, State, NINE (9) digit ZIP code Point of Contact (POC) CAGE Code POC telephone, facsimile numbers, and email Announcement Number: N0016424SNB75 White papers outlining technical approach and capabilities OF SPECIAL NOTE, the Government is requesting vendors provide confirmation of willingness to price CLINs for the next 10 years. If not willing to price up 10 years, please advise on how many years would be acceptable. In order to be considered a small business for this procurement, companies must be able to complete no less than 50 percent of the cost of manufacturing, excluding the costs of materials IAW FAR 19.505. If you are considered a small business under the above NAICS, please confirm that your company is capable of performing at least 50 percent of the cost of manufacturing the supplies or products within your reply. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. 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. Information about the JCP is located at https://www.dla.mil/Logistics-Operations/Services/JCP/. The controlled attachments will be provided upon request, where the above has been verified. All interested parties are encouraged to submit above information for the Government(s) review by 3:00PM Eastern Daylight Time on 14 February 2025. Questions or inquiries should be directed to Nichole May, Code 0232, telephone 812-381-3467, e-mail nichole.r.may.civ@us.navy.mil. Please reference N0016425SNB75 number in all correspondence and communication. UNCLASSIFIED responses to this RFI/Sources Sought shall be submitted as described above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/32aa672b93464cd490b055ad8ef60414/view)
 
Record
SN07313403-F 20250117/250115230058 (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.