SOLICITATION NOTICE
53 -- Gun Weapon Systems Components Manufacturing
- Notice Date
- 1/17/2013
- Notice Type
- Presolicitation
- NAICS
- 332721
— Precision Turned Product Manufacturing
- Contracting Office
- N00178 Naval Surface Warfare Center, Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017813Q1003
- Response Due
- 1/31/2013
- Archive Date
- 5/31/2013
- Point of Contact
- Roberta Moss 540-653-4654 Roberta Moss,
- E-Mail Address
-
40-653-7088
- Small Business Set-Aside
- N/A
- Description
- This synopsis 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 solicitation 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 Naval Sea Systems Command. This is a Request for Information (RFI) by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). This RFI is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP), or a commitment by the U.S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI, or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. Naval Surface Warfare Center Dahlgren Division (NSWCDD) has a requirement for the manufacture, assembly, inspection, and acceptance of Gun Weapon Systems (GWS) components such as; Ammunition Handling System (AHS), Trainable Gun Mounts (TGM), Gun Computer Cabinets (GCC), Gun Power Cabinets (GPC) assemblies, and all future redesigned and upgraded assemblies that come from research and development stages of BMS programs. All of the mentioned assemblies are used for future BMS airborne gunship applications. Similar GWS components have been produced for previous Battle Management System (BMS) programs with little to no consistency between manufacturers. This effort will concentrate on having awarded streamlined machining and manufacturing companies manufacture future GWS components, which are designed by BMS engineers. This will improve the efficiency during the production and integration stages of the BMS programs. The total effort will cover the manufacturing, assembling, inspection, and delivery of future GWS components built for BMS programs. The Contractor shall receive a Technical Data Package (TDP) or drawings from the Government, which includes all design and fabrication specifications, mechanical drawings, and assembly procedures for 30mm and 105mm GWS systems. The Contractor shall inspect the TDP or drawings, and maintain close communication during the decomposition and manufacturing preparation stage. The Contractor shall manufacture all parts within the TDP or drawings. The Contractor shall assemble the particular GWS components with the manufactured parts. The Contractor shall follow all tolerances and specifications given by the Government, and assemble the GWS components. The Contractor shall deliver the assembled GWS system or components to NSWCDD where it will be fully integrated into the Gun Weapon Pallet (GWP). The Contractor shall have the following certifications; -ISO 9001 -AS9100 The Contractor shall have and use a manufacturing facility located within 5 hours of NSWCDD. Additionally, NSWCDD engineers require the ability to respond to urgent or rapid development prototyping or technical and developmental changes to technical specifications. This primarily happens before final approval of a TDP, which requires on-the-spot test fits or certain minor changes. The purpose behind this is to prevent spending substantial Government dollars for production parts, which is considered wasteful by the Government. The Contractor shall identify any long-lead components that are necessary for a fully assembled Ammunition Can and TGM. The Contractor shall revise and make the same changes that are documented by the Government during the Government s production and integration cycles. The Contractor shall submit Engineering Change Proposal(s) (ECP) to the Government that addresses any issues found during manufacture and assembly process. The Contractor shall document all manufacturing and assembly processes and changes, and submit the documentation to the Government. The Contractor shall divide the deliverable items into three cost items for logistics of Delivery Orders; AHS, TGM, GPC, GCC, and non-manufactured items. The Contractor shall receive, track, inventory, issue, and monitor all material, equipment, technical data, and logistic support items throughout the entire acquisition process. The Government has a strong desire to fabricate/manufacture as many of the components as possible in house. The Contractor shall have ability to fabricate and assemble sheet metal parts in house. The Contractor shall have the capability and facilities to weld. The Contractor shall have the capability to machine parts with dimensions up to 20 feet. The Contractor shall have the capability to machine parts weighing up to 2,000 pounds. The Contractor shall be capable of machining directly from SolidWorks CAD models. The Contractor shall have the ability to produce electrical assemblies such as wiring harnesses and electrical units. The Contractor shall have the capability of various heat treating processes. The Contractor shall have the capability of various specialized coating capabilities to include phosphate coating and hard cote anodize. The Contractor shall develop a shipping plan to deliver assembled items to NSWC, B198. After this shipping plan has been approved by the Government, the Contractor shall use this plan throughout the contract period of performance. The Contractor shall not change this delivery method or plan unless approved by the COR. The Contractor shall provide monthly progress reports. The Contractor shall participate in any teleconferences with NSWC as required. The Contractor shall participate in a contract kick-off meeting with NSWC and shall provide presentation materials. The Contractor shall develop and conduct a Quality Assurance Plan. After approval from the Government, the Quality Assurance Plan shall be placed under Contractor configuration control. Any revision shall require Government approval. Subsequent deliverables shall pass a Government developed and conducted Quality Assurance Plan prior to official acceptance. The Government retains the right to reject or require correction of any deficiencies found in hardware deliverables. In the event of a rejection of any deliverable, the Government shall notify the Contractor, in writing, within 10 calendar days of receipt. The Contractor shall have 2 calendar days to develop a plan. The Contractor shall have 7 calendar days to correct the rejected deliverable and resubmit to the Government for re-inspection. If no comments are provided within 45 calendar days of receipt of deliverable, the deliverable shall be deemed acceptable by the Government. The Contractor shall label all assemblies, sub-assemblies, and components IAW all Government drawings. The efforts required for this contract are expected to be UNCLASSIFIED, and should not require Contractor personnel to obtain a security clearance. However, material will be For Official Use Only (FOUO), and should not be seen or given to any other organization, party, or person. Contractor personnel shall not release or remove system documentation, data, or reports generated by or through the use of Government systems. All requests for information shall be forwarded to the Government. No information shall be released without written approval from the Government. No travel is estimated as being required at this time. Responses to this RFI should include as much detailed technical information as possible. There are no limitations on what a response should include, but it should have at a minimum: Description of the proposed solution Estimated Cost Delivery time Company Name and Address Point of Contact (to include phone/fax/e-mail) Corporate POC (to include phone/fax/e-mail) Technical POC (to include phone/fax/e-mail) Cage Code NAICS Codes Business Size and Status Type of Small Business (if applicable, i.e. 8(a), woman-owned, HUB zone, etc.) Capability Statement Specific customers (for previous or similar contracts held) Other material (relevant to establishing core competencies of the firm) NSWCDD may request further information regarding the capabilities of respondents to meet the requirements as deemed necessary At no cost to the Government, responding vendors/offerors may continue technical dialogue via this market survey through the Contract Specialist after the initial response is provided. Eligible partners who may respond to this synopsis include companies, public and private foundations, non-profit organizations (including universities) and state or local government organizations. NSWCDD requests offerors responses No Later Than 12:00 PM EST, 31 January 2013. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCDD s strategic planning. All communications with industry must be coordinated through the cognizant Contract Specialist, Roberta Moss. Information should be e-mailed to her: roberta.moss@navy.mil or mailed to Naval Surface Warfare Center, Dahlgren Division (NSWCDD) 17632 Dahlgren Road, Bldg 183, Room 133, Dahlgren, VA 22448-5110. Responses should be labeled with the sources sought number and title. (N00178-13-Q-1003) Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government. All responses should be unclassified. Information and materials submitted in response to this request will NOT be returned. If responses contain proprietary data, it shall be marked appropriately. It is the respondent s responsibility to clearly define to the Government what is considered proprietary data. If any classified data is submitted, it shall be appropriately marked and shall be delivered to NSWCDD, 6146 Tisdale road, Suite 237, Dahlgren, VA 22448-5158, please be sure to include the synopsis reference number (N00178-13-Q-1003 and contract specialist s name). Any responses to this announcement should reference synopsis number N00178-13-Q-1003, and should be directed to Roberta Moss, PHN 540-653-4654, or e-mail: roberta.moss@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017813Q1003/listing.html)
- Record
- SN02967812-W 20130119/130117234642-e09beef5f5eca9560e3c049a2ab41ef7 (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 |