Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2013 FBO #4407
SPECIAL NOTICE

59 -- MK 680 MOD 3 CMTS - N6339414SNU08

Notice Date
12/16/2013
 
Notice Type
Special Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339414SNU08
 
Archive Date
1/25/2014
 
Point of Contact
RACHEL T. SMITH, Phone: 805-228-0442, Shaina K. Granillo, Phone: 8052280472
 
E-Mail Address
RACHEL.T.SMITH@NAVY.MIL, shaina.granillo@navy.mil
(RACHEL.T.SMITH@NAVY.MIL, shaina.granillo@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Directions from Los Angeles Airport to PHD NSWC NBVC Base Access Application Form I-9 Requirement: The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is preparing a solicitation to provide automatic test equipment related to the MK 41 Vertical Launching System (VLS). To better support the acquisition of this Government designed automatic test equipment, NSWC PHD intends to hold an Industry Day on 16 January 2014, commencing at 0930 Pacific Standard Time at the Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, CA. There will be presentations by the Government, and the test equipment and interface components will be on display and operational for observation. NSWC PHD is a field activity of Naval Sea Systems Command (NAVSEA). The primary North American Industry Classification System (NAICS) code for this procurement is 335999, and FSC Classification Code of 59-Electrical and Electronic Equipment Components. This effort sets forth the requirements for the purchase of an assembled and tested MK 680 Mod 3 Combined Missile Test Set (CMTS), and the associated Canister and All-Up-Round (AUR) (missile installed in canister) Test Interface Components. The contracts will include options to procure additional CMTSs in year 2015, 2016, and 2017. The MK 680 MOD 3 CMTS will include the following: 1). Test Set, part number 8410128 a. Spares kit, part number 8590138 b. Continuity Test Plug, part number 8410131 c. Two Bay Loaded Cabinet, part number 8410136 d. System Calibration Fixture, part number 8590117 e. System Calibration Adapter, part number 8590146 2). Canister & All-Up-Round (AUR) Test Interface Components a. Standard Missile (SM) -2, part number 6665220 b. Evolve Sea Sparrow Missile (ESSM), part number 8446038 The significant items that make up the Test Interface Components are: an empty canister cable to certify an empty MK 41 VLS canister; AUR cable, which is used to test the interface between the missile and canister; and a Fault Isolation Box, which simulates the specific canister, i.e., MK 13 MOD 0 for Standard Missile (SM) -2, and MK 25 MOD 0 for Evolve Sea Sparrow Missile (ESSM. Interested parties are required to RSVP for Industry Day by 1600 Eastern Standard on 10 January 2014 by e-mail to: Rachel.T.Smith@Navy.mil and copy to Shaina.Granillo@Navy.mil. The RSVP shall include the following information: Subject line: "MK 680 CMTS Industry Day RSVP". Include the Attendees' name, company name, e-mail address, and telephone number in the RSVP email. Interested parties are limited to four attendees per respondent/company. No foreign nationals will be permitted to attend Industry Day. Formal presentations are not required or accepted, and recording devices are not permitted. Interested parties must also fulfill the security and base access requirements to be able to attend the MK 41 VLS Launcher Production Industry Day. All attendees must submit an I-9 form and a NBVC Base Access Application by 1600 Eastern Time, 10 January 2014 to Donna Davis, Naval Surface Warfare Center, Phone: 805-228 8297, Fax: 805-228-8969, Email: donna.davis.ctr@navy.mil. Attendees should arrive at the Sunkist gate in order to receive a badge and to be permitted to enter the base. A NSWC PHD rep will be at the Sunkist gate to provide directions to the building where the Industry Day presentations will be conducted. The presentations will commence at 0930 on 16 January 2014. It is requested that all interested Small Business concerns, including but not limited to HUBZone, 8(a), Small Disadvantaged Businesses (SDB), Service Disabled Veteran-Owned Small Businesses (SDVOSB), and Woman-Owned Small Businesses (WOSB) respond with a Capability Statement of a maximum of four (4) pages to be used to determine the availability of Small Business concerns for this requirement. Interested Small Business concerns must identify their small business socio-economic categories. The Capability Statement shall succinctly address the following three items to demonstrate the contractor's capability to perform the requirements of this Performance Work Statement: (1) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the contract; and (2) The contractor's technical ability, or approach to achieving technical ability (3) The contractor's capacity, or approach to achieving capacity, to conduct the requirements of the contract. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability. Demonstrated performance must have been carried out within the preceding three (3) years. NOTE: Only information provided in the written Capability Statement will be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. This notice is being issued to preliminarily announce an Industry Day for the above procurement. All interested businesses are encouraged to participate. The government is not obligated to and will not pay for any information received from potential sources as a result of this notice nor is the government obligated to and will not pay for any costs incurred as a result of attending Industry Day. This notice is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the government. The information provided herein is subject to change and in no way binds the government to solicit for or award a contract. Capability Statements shall be submitted via e-mail to: Rachel.T.Smith@Navy.mil and copy to Shaina.Granillo@Navy.mil by 1600 Eastern Time, 10 January 2014. Attachments: (1) Form I-9 (2) NBVC Base Access Application (3) Directions from Los Angeles Airport to PHD NSWC NOTE: In addition to the NAICS Code 335999 and FSC Classification Code of 59 mentioned above, request input for a more correct NAICS Code and Classification Code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339414SNU08/listing.html)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, PORT HUENEME, California, 93043, United States
Zip Code: 93043
 
Record
SN03252246-W 20131218/131216234418-3a71c00dda39680d53ce93183bc723ac (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.