Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2009 FBO #2712
SOURCES SOUGHT

58 -- Ruggedized Sensor Interface Unit

Notice Date
4/28/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133109QNA02
 
Response Due
5/30/2009
 
Archive Date
6/30/2009
 
Point of Contact
Nicole Anderson at 850-235-5386 , or Contracting Officer Mary Hines at 850-235-5389
 
Small Business Set-Aside
N/A
 
Description
GOVERNMENT SOURCES SOUGHT - REQUEST FOR INFORMATION (RFI) for a military/ruggedized Sensor Interface Unit to support the Service Life Extension Program (SLEP). THIS IS NOT A REQUEST FOR PROPOSALS. Naval Surface Warfare Center, Panama City Division (NSWC-PCD) on behalf of the Landing Craft Air Cushion (LCAC) program is conducting a survey of potential sources. The requested configuration end-item shall be a direct replacement for the current baseline as part of the technology refresh program implemented by PMS377 to overcome LCAC Command, Control, Communications, Computers, and Navigation (C4N) end-of-life, reliability, and maintainability issues. Key Performance Parameters and physical characteristics can be found in the preliminary product specification (LCAC-C4N-SPC-322 Rev -) developed by the U.S. Navy. The preliminary product specification is distribution limited to DoD and U.S. DoD Contractors only. Additionally this document contains technical data whose ex! port is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq. Requests for the preliminary product specification must be submitted via e-mail to nicole.a.anderson1@navy.mil. Requests must contain the vendors Contractor and Government Entity (CAGE) Code to be considered as potentially eligible to receive the controlled data. Neither NSWC-PCD nor PMS377 will pay or provide reimbursement for any costs incurred in the preparation or delivery of the requested information. Industry firms capable of providing the required system, in whole, are invited to submit a response to this notice. For qualified vendors, NSWC-PCD anticipates using the GSA schedule for future procurements of the SIU. Vendors that have a SIU that meets the minimum requirements as provided in the product specification, but are not on the GSA schedule are encouraged to submit information. Firms should identify/submit a copy of their GSA schedule, if applicable, as well as literatu! re, drawings, brochures, videos, technical specifications to include weight and dimensions, supported power and interface requirements, price lists, current design and production status, estimated production capacity, and capabilities summaries directly addressing the ability to meet the aforementioned needs. Product demonstrations are desired as a supplemental means of obtaining information. Contractor's submittals that the Government determines to possess potential application may be provided an opportunity to demonstrate their system in a limited-scope demonstration in the June - July 2009 timeframe. The assessment criteria are based on system technical maturity, capabilities, performance, potential effectiveness, cost and schedule. For the purposes of the demonstration, the focus will be on verifying system ability to satisfy the assessment criteria while operating in a relevant operational environment. The Government will not provide funds to Contractors to participate in the demonstrations. RESPONSES: Interested parties may provide el! ectronic or paper submittals to be received by the Government by 1630 hours on 30 May 2009. There is no specific format or outline that submittals must follow. Each response must reference the RFI title and must be limited in length to ten (10) typed pages. Specific narrative information that should be provided in the submission include: (1) System description and capabilities (2) Summary of past test events with location, dates and results (3) Logistic supportability and (4) projected unit cost estimate information. Supporting literature and test documentation that demonstrate technical maturity of your proposed solution may be included in addition to the 10-page narrative paper. Contractors offered an opportunity to demonstrate their system will be provided additional details including demonstration schedule and extent of support the Government will provide. Contractors responding should indicate whether they are a small business (S), a small disadvantaged business (SDB)!, 8(a), or large business (L). Telephone responses will not be honored. Technical questions should be directed to Ivan Lugo at ivan.lugo@navy.mil and responses to this announcement should be directed to Naval Surface Warfare Panama City Division, ATTN Ivan Lugo, Code E31, 110 Vernon Ave, Panama City, FL 32407-7001 THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps). This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8783424dc00337e0a016e4de665e1def&tab=core&_cview=1)
 
Record
SN01804183-W 20090430/090428222043-8783424dc00337e0a016e4de665e1def (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.