SPECIAL NOTICE
23 -- SOURCES SOUGHT - MOBILE ENVIRONMENTAL TEST TRAILER (METT) - 15SNB35_spec note
- Notice Date
- 10/28/2014
- Notice Type
- Special Notice
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016415SNB35
- Archive Date
- 2/16/2015
- Point of Contact
- Emily Johnson, Phone: 812-854-8653
- E-Mail Address
-
emily.a.johnson@navy.mil
(emily.a.johnson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 15SNB35_spec note_att 15SNB35_spec note This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. SPECIAL NOTICE - REQUEST FOR INFORMATION (RFI): The Government is issuing this RFI as part of a market survey in accordance with FAR 15.201(e) to determine the potential sources and technical capability of industry to provide Naval Surface Warfare Center (NSWC), Crane Division information about industry ability to provide a Mobile Environmental Test Trailer (METT). The General requirements for the METT are: (a) the METT shall be capable of supporting live-fire with weapons (manually and remotely) up to and including caliber.50 munitions and 40mm High Velocity Grande Cartridges, (b) The METT shall be self-contained and shall provide the Small Arms Weapons Systems Division (Code JXN) at NSWC Crane with the ability to conduct extreme environmental testing of small arms weapons systems as specified in the attached Statement of Work (SOW), and (c) The METT shall be designed to meet all Department of Transportation (DOT) and Federal Motor Carrier Safety Administration (FMCSA) regulations for interstate travel. This effort includes the associated environment, safety, and occupational healthy, configuration management, engineering drawings, item unique identification, integrated logistics support, maintenance planning, power, technical publications, support equipment, and transportability of the trailer. The Contractor is responsible for providing the METT within the attached guidelines. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. The Government may choose to visit, or host a visit from, any potential sources. This request for information/sources sought synopsis in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information provided. All interested parties are strongly encouraged to submit an initial synopsis, (commonly referred to as white paper) for each approach. White papers should not exceed 15 pages, with an executive summary (short paragraph). All vendors with an appropriate product relating to the requirements set forth in this Sources Sought are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities against the potential requirements, the product's system requirements, and any other specific and pertinent information that would enhance the understanding of the information submitted. Vendors should also supply a projected pricing table for the METT: Mobile Environmental Test Trailer QTY YEAR 1 1 - 2 EA $ Responses shall be: 1. Identified by the RFI number (N00164-15-S-NB35); and include: Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, duns number, cage code and or tax ID number, as well as business size category (large, small, small disadvantaged, etc.) and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. In electronic format (Adobe pdf or Microsoft Word) or hard copy format 3. No more than (15) pages in length; 4. Written in 12-point, Times New Roman with normal (condensed) spacing 5. Margins of 1" or greater on all sides 3. NOT submitted using marketing materials; 4. Submitted to email as indicated below. Proposals may be submitted by any government or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. The Crane Division encourages participation by small business, small disadvantaged business, HUB Zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. 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: N00164-15-S-NB35 Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. At the current time, FUNDING IS AVAILABLE for contractual efforts. This request for information 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. The US 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. All interested parties are encouraged to submit company and product literature, white paper, and/or other pertinent information for consideration of the Government by 12:00 PM EDT, 31 December 2014. All information received in response to this notice that is marked proprietary will be handled accordingly. NSWC Crane makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. White papers may be submitted any time prior to expiration of this announcement. Electronic submissions and hard copy submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Electronic submissions regarding this announcement may be directed to the Technical POC, Mr. Joshua Sandy, (812) 854-1073, joshua.sandy1@navy.mil. The complete mailing address to submit all information to is: Mr. Joshua Sandy, Code JXN, Bldg. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference Request for Information/Sources Sought Announcement Number (N00164-15-S-NB35) when responding to this notice. For contracting related questions the contracting POC is Mrs. Emily Johnson, emily.a.johnson@navy.mil. Mrs. Emily Johnson, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. DO NOT send white papers to the contracting POC. Please refer to announcement number N00164-15-S-NB35 in all correspondence and communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415SNB35/listing.html)
- Record
- SN03559823-W 20141030/141028235928-83474b9fbde226068135588e106ee28f (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 |