Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2014 FBO #4747
SPECIAL NOTICE

25 -- Seismic Spoofing Suspension System (S4)

Notice Date
11/21/2014
 
Notice Type
Special Notice
 
NAICS
336330 — Motor Vehicle Steering and Suspension Components (except Spring) Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division, Code B30, 110 Vernon Avenue, Panama City, Florida, 32407-7001, United States
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-15-SN-Q01
 
Archive Date
12/13/2014
 
Point of Contact
Joel T. Roberson, Phone: 8502344296
 
E-Mail Address
joel.roberson@navy.mil
(joel.roberson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Surface Warfare Center Panama City Division (NSWC PCD) is soliciting sources for an anticipated competitive firm fixed price contract for the design, fabrication, test and demonstration support for a Seismic Spoofing Suspension System (S4) on a Mine Roller Family of Systems. The scope includes designing and fabricating an enhanced wheel station and hydraulic unit. Design includes a wheel bank (made of four individual wheel stations), hydraulic slip ring, and hydraulic power supply. Efforts will include performance testing and supporting a technical demonstration (TD-3). The hydraulically-powered wheel station shall be compatible with the current Panama City Generation 3 (PC Gen 3) mine roller system (MRS) 4x4 and Scout MRS 4x4. The following requirement information is outlined below: Delivery of Units: The contractor shall provide 16 wheel stations plus 2 spares, 2 hydraulic power supplies and 4 hydraulic slip rings. This number will be sufficient to modify one PC Gen 3 4x4 MRS and one Scout 4x4 MRS plus two spares. GFE: One - PC Gen 3 4x4 MRS One - Scout 4x4 MRS Performance: - Wheel oscillators shall be field tunable to operate at a frequency of 50-150 Hz. - The wheel oscillators shall provide a down-pressure comparable to or greater than that of the generator based seismic spoofing suspension system. Security: It is intended that the contractor will not require access to classified information. However, there will be controlled unclassified information (CUI), and depending upon the proposed design, classified information may be provided. Travel: The effort will include travel to support testing and the technical demonstration. Period of Performance: TBD The NAICS code is 336330 and the FSC code is 2590. It is anticipated that a single award be issued. The CLIN structure is anticipated to reflect firm fixed pricing for each phase of the described effort. The Government is requesting responses from industry regarding interest in this opportunity. Responses must include the following: (1) Address capability (2) name and address of firm; (3) size of business, including: average annual revenue for past three years and number of employees; (4) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUB Zone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business, and System for Award Management (SAM) information; (5) number of years in business; (6) two points of contact, including: name, title, phone, fax, and e-mail address; and (7) DUNS Number (if available). THIS SOURCES SOUGHT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. Responses shall be submitted to the Contracting Specialist, Joel Roberson via e-mail to joel.roberson@navy.mil by close of business on 01 December 2014. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in Federal Business Opportunities (FedBizOps) as a synopsis which will indicate if a decision is made to set aside for small businesses. Pre-Solicitation Conference In addition to this sources sought announcement, a Pre-Solicitation Conference is tentatively scheduled. The date of the event is tentatively 02 December 2014 located at the La Quinta Inn & Suites, 7115 Coastal Palms Blvd, Panama City Beach, FL 32408. The event will be held from 10:00 - 11:30 a.m. CST. Inquiries must respond NLT 28 November 2014 to Mr. Joel Roberson via email joel.roberson@navy.mil. Respondents must provide their CAGE Code and are limited to two personnel per company. Only RSVP respondents will be notified regarding potential schedule changes. If a synopsis is issued, the questions and answers will be provided from the Pre-Solicitation Conference in the synopsis. No slides or presentation material will be posted from the conference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N61331/N61331-15-SN-Q01/listing.html)
 
Place of Performance
Address: NSWC Panama City Division, 110 Vernon Avenue, Panama City, Florida, 32407, United States
Zip Code: 32407
 
Record
SN03579793-W 20141123/141121234916-b8eec9a11e123e5acf8a6ac92b8b7f3b (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.