Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
SPECIAL NOTICE

23 -- - SOURCES SOUGHT - TWO SEAT, SIDE BY SIDE, ALL-TERRAIN VEHICLE (ATV) FOR INFANTRY LOGISTICS SUPPORT - 15SNB07_specnote

Notice Date
1/27/2015
 
Notice Type
Special Notice
 
NAICS
336999 — All Other Transportation Equipment 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
N0016415SNB07
 
Archive Date
3/12/2015
 
Point of Contact
Mr. Casey Bault, Phone: 812-854-2378
 
E-Mail Address
casey.bault@navy.mil
(casey.bault@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
15SNB07_att.zip 15SNB07_specnote 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 availability and technical capability of industry to provide Naval Surface Warfare Center (NSWC), Crane Division information about industry capability to provide two seat, side by side, all-terrain vehicles (ATV's) for Infantry Logistics support. NSWC, Crane Division is interested in receiving information from suppliers about their capability to provide commercial off the shelf (COTS) or modified commercial two seat, side by side, all-terrain vehicles (ATV's) for Infantry Logistics support. 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. This sources sought is seeking businesses capable of meeting the Government's requirement. All responses may be used to determine the appropriate acquisition strategy for future acquisitions. No award will be made from this sources sought. The General requirements for the two seat, side by side, all-terrain vehicles (ATV's) may include, but is not limited to the following: (a) Shall be capable of supporting aid litters, (b) Shall be designed to meet all Department of Transportation (DOT) and Federal Motor Carrier Safety Administration (FMCSA) regulations. (c) Shall include item unique identification, (d) Fueled with diesel/JP-8 (e) V-22 internally transportable (f) Include tie downs for V-22 transport and recovery (g) Include cargo bed with munitions tie downs and be capable of litter transport (h) Requires safety testing, ammunition certification and V-22 flight certification. (i) Operating speed that will not exceed 40 miles per hour. (j) Does not require sling load transport, weapons mounts or communication equipment integration (k) Does not require common or peculiar support equipment (l) Shall include integrated logistics support, maintenance planning technical publications, support equipment, operator and maintenance training, and field service representative support at 3 locations worldwide (2 CONUS and 1 OCONUS). The general draft requirements for the two seat, side by side, all-terrain vehicles (ATV's) are in Attachment 1. Military specification data not provided is public knowledge and can be found on the internet. The proposed North American Industry Classification Systems (NAICS) Code is 336999 with a corresponding US Small Business Administration (SBA) small business size standard of 500. Non-Manufacturing Rule Class Waiver Applies. 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 25 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 two seat, side by side, all-terrain vehicles (ATV's) for Infantry Logistics support. Responses shall: 1. Be Identified by the RFI number (N00164-15-S-NB07); 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. Provide evidence of experience in work similar in type and scope to include contract numbers, project titles, and the dollar amounts, points of contact and telephone numbers. 3. Provide a list of any questions relating to the anticipated specification and/or any other relating issue. 4. Be In electronic format (Adobe pdf or Microsoft Word) or hard copy format. 5. Be No more than (25) pages in length; 6. Be written in 12-point, Times New Roman with normal (condensed) spacing with Margins of 1" or greater on all sides 7. NOT be submitted using marketing materials; 8. Electronic documents shall be submitted to email as indicated below. Hard Copies shall be mailed to the address as indicated below. Responses should provide Past Performance references with points of contact and e-mail addresses or telephone numbers. At least two references are requested, but more are desirable. 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. (c) 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: N00164-14-S-NB07 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 NOT 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. A solicitation may be available at a later date; therefore, do not request a copy of a solicitation at this time. NSWC Crane is not seeking proposals and will not accept unsolicited proposals in response to this sources sought synopsis. All interested parties are encouraged to submit company and product literature, white paper, and/or other pertinent information for consideration of the Government by 4:00 PM EST, 25 February 2015. 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 Contracting POC, Mr. Casey Bault, (812) 854-2378, casey.bault@navy.mil. The complete mailing address to submit all information to is: Mr. Casey Bault, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference Request for Information/Sources Sought Announcement Number (N00164-15-S-NB07) when responding to this notice. For all questions the POC is Mr. Casey Bault, casey.bault@navy.mil. Mr. Casey Bault, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to announcement number N00164-15-S-NB07 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016415SNB07/listing.html)
 
Record
SN03625579-W 20150129/150127234330-019d5629b9d4604f350a116d19754403 (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.