Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
DOCUMENT

58 -- Small, Medium and Large Acoustic Hailing Devices (AHDs) and Portable Power Cart (PPC) SOURCES SOUGHT SYNOPSIS - Attachment

Notice Date
12/7/2011
 
Notice Type
Attachment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016412RJQ05
 
Response Due
12/16/2011
 
Archive Date
1/31/2012
 
Point of Contact
Mr. Jonathan Dickinson, 812-854-5417
 
Small Business Set-Aside
N/A
 
Description
This solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil/ While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: Industry is hereby notified that this requirement was formerly published as a Market Survey - Sources Sought Synopsis on 20 December 2010 as N00164-11-R-JQ14 prior to development of Performance Specifications. Resubmission of material previously submitted is neither required nor desired but rather the specific information cited below. The U.S. Navy (USN), Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking commercial sources to determine if there are multiple sources capable of responding to a future solicitation for the Acoustic Hailing Devices (AHDs) and Portable Power Cart (PPC) described in the attached Performance Specifications for Small AHD, Medium AHD and Large AHD and PPC. The Government is seeking informational responses from sources and comments on the attached Performance Specifications, as applicable. The PS paragraph 3.0 describes the Go/No Go requirements, Threshold (T) Requirements that are the Government ™s minimum requirement, and Objectives (O) that are desired for the system. It is requested that firms provide the following specific information in response: (1) Indicate Performance Specification (PS) Title (e.g. Small, Medium and/or Large AHD or PPC), as applicable, of product your firm is currently capable of providing and has on the market that meets the requirements of the PS that your firm would be capable of providing a product sample to the Government along with solicitation submission; (2) Indicate, PS Title and paragraph number (e.g. Small, Medium and/or Large AHD or PPC), as applicable, of product if your firm is not currently capable of providing, but that your firm would be interested in and capable of developing and providing a product sample to the Government along with solicitation submission that meets the requirements of the PS within 60-90 days following date of solicitation; Describe modifications required to current systems or COTS systems and if modification would be minor or major, and number of months required to meet PS requirement if longer than 60-90 days. (3) Provide specific comments or concerns by Performance Specification Title and paragraph, as applicable; and (4) Firms responding should indicate business size (e.g. if they are a Large Business, Small Business, a Socially and Economically Disadvantaged Business (8(A) firm), Historically Black College or University, or Minority Institution. (5) Initial Production Lead Time and Quantity of initial delivery; Delivery Quantity of units per month thereafter; (6) Standard Commercial Warranty (7) Break points for quantity discounts. It is planned to request up to two each product samples for each configuration proposed of the AHDs, at the time of closing of future solicitation. A product sample will not be required for the PPC. Responses from Small and Small and Disadvantaged Business firms are highly encouraged. Responses received after 16 December will not be considered. The Government may contact respondents to get clarification on the information submitted. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-11-S-NB14 This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). This announcement 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. Responses to this notice cannot be accepted as offers. The U. S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the U.S. Government, Nor is the Government tasking any offeror to develop any technologies described herein. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. The Government will not provide payment for any information provided in response to this Sources Sought Synopsis announcement, nor will the government return any data provided. All data provided will be for official Government use only. This is not a commitment by the Government to award a contract for the PS(s) published herewith, nor is this a solicitation. Contractors must be properly registered in the Government's Central Contractor Registration (CCR) in order to receive the attachments. Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.bpn.gov/ccr/contractors.aspx. The attachments will be posted to FedBizOpps at the same time the synopsis is posted. FedBizOpps may be accessed at http://www.fbo.gov. The POC at NSWC Crane is Mr. Jonathan Dickinson, Code CXMM-ZC at telephone 812-854-5417, Fax 812-854-5066 or e-mail: jonathan.dickinson@navy.mil. The mailing address is: Mr. Jonathan Dickinson, Code CXMM-ZC, Bldg. 3291, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice. Please refer to the announcement number in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016412RJQ05/listing.html)
 
Document(s)
Attachment
 
File Name: N0016412RJQ05_12RJQ05_att.zip (https://www.neco.navy.mil/synopsis_file/N0016412RJQ05_12RJQ05_att.zip)
Link: https://www.neco.navy.mil/synopsis_file/N0016412RJQ05_12RJQ05_att.zip

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02635446-W 20111209/111207234850-819b1c850a3b7ddf2a96aa75d06ba170 (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.