Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
DOCUMENT

70 -- Automatic Data Processing Equipment - Attachment

Notice Date
7/9/2012
 
Notice Type
Attachment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
Solicitation Number
N0017812Q1004
 
Response Due
7/24/2012
 
Archive Date
10/31/2012
 
Point of Contact
Theresa Ashton,
 
E-Mail Address
40-653-7088
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood the 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 the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to issue a solicitation for Ship Self Defense System (SSDS) Mk2 production hardware in support of NSWCDD, F Department. SSDS Mk2 is installed in CVN 68 and or 78, LPD 17, LSD 41 and or 49 ship classes. NSWCDD is seeking to identify potential sources to provide the required hardware and components. The planned Statement of Work (SOW) will include hardware production, assembly, configuration, alignment, integration, testing and shipping for the SSDS Mk2 system hardware as specified by the Government ™s Technical Data Package consisting of mechanical, electrical and assembly drawings. The testing of the assembled hardware will be in accordance with Government provided Factory Qualification Test procedures; labeling of the assembled hardware with label plates, including Unique Identification (UID) information; packaging and crating of the hardware for shipment; and shipment to locations specified in individual delivery orders. Installation of the equipment aboard ship is not envisioned to be included in the SOW. The designs specified in the Technical Data Package will have already been proven by the Government to meet shipboard shock and vibration isolation, electromagnetic emission, airborne and structure borne noise, and other necessary qualifications before being included in a delivery order under the resultant contract. The Technical Data Packages include data restricted by the Arms Export Control Act. The type of contract anticipated will be an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award, with Firm Fixed Price (FFP) delivery orders. The contract period of performance will be for a total of five years. The NAICS Code for this requirement is 334111. The NAICS size standard is 1,000 employees. The contractor ™s facility is required to be located within the continental United States. A Pre-Award Survey of the offeror ™s facility will be conducted prior to award of a contract. A set-aside determination has not been made for this requirement. Interested parties are invited to submit capability statements, not to exceed 5 pages in length, describing the offeror ™s ability to fulfill this requirement. Capability Statements should include: 1) a brief description of the offeror ™s capabilities, techniques or unique combination of these factors that demonstrate the offeror ™s ability to produce, configure, align, integrate, test and ship the hardware and related components as identified in the SOW and individual delivery orders; 2) a brief description of the offeror ™s plant facility and equipment that demonstrates the offeror ™s ability to manufacture the hardware and related components; and 3) a brief description of the offeror ™s familiarity and experience with hardware production standards discussed above; and 4) specific past performance of producing the same or similar hardware and related components, including a description of the hardware provided, contract number, and dollar value of contract. Please articulate within your response the size of your business and any socio-economic programs that may apply. A Technical Data Package containing a representative drawing set will be provided to all interested parties who request a copy. Interested parties are requested to provide their capabilities by providing specifications, brochures, manuals, reports or other information pertaining to experience in this particular area that would enhance the Government ™s consideration and evaluation of the information submitted. Respondents should provide their Cage Code and DUNS numbers for verification of inclusion in the Central Contractor Registry. Requests and or questions concerning this announcement should reference Sources Sought Number N00178-12-Q-1004 and should be submitted via email at: Theresa.ashton@navy.mil not later than 2:00 PM EST. on July 16, 2012. Capabilities Statements should be submitted to the same email address not later than July 24, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017812Q1004/listing.html)
 
Document(s)
Attachment
 
File Name: N0017812Q1004_SOW_-_SSDS_Hardware.docx (https://www.neco.navy.mil/synopsis_file/N0017812Q1004_SOW_-_SSDS_Hardware.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0017812Q1004_SOW_-_SSDS_Hardware.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02797079-W 20120711/120709234851-3995418af3ee7d3e38420b639d4324c2 (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.