Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2016 FBO #5257
MODIFICATION

59 -- 10 METER TELESCOPING MAST

Notice Date
4/13/2016
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016416SNB63
 
Archive Date
5/10/2016
 
Point of Contact
Jesse Mechinus, Phone: (812) 854-3554
 
E-Mail Address
jesse.mechinus@navy.mil
(jesse.mechinus@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-16-S-NB63 - SOURCES SOUGHT - 10 METER TELESCOPING MAST FSC 5985 - NAICS 334220 Issue Date 5 APR 2016 - Closing Date - 15 APRIL 2016 - 2:00 PM EDT This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. There is no formal solicitation at this time. This Sources Sought Synopsis 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 U.S. 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 or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the current certified source, Contract Corporation, 1818 Roberts Street, Winchester, VA, 22601. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition to the Contact Corporation is to avoid roughly $579,000.00 in cost duplication and prevent as much as six months schedule impact. The program requires critical component suppliers to go through an extensive qualification plan, to include inspection, certification, first article testing, and operational testing. The Government has expended considerable effort and expense to develop the current certified source. The Crane division, Naval Surface Warfare Center is seeking prospective sources for a quantity of thirty six (36) 10 Meter Telescoping Mast P/N 34421 and associated Grounding Kit, P/N 101172 - quantity thirty six (36). This is not a Telescoping Mast development announcement. Any duplication of costs for Telescoping Mast development including Operating Systems, firmware code, hardware, Government testing, qualification and validation will be at the contractor's expense. The estimated cost to qualify a Telescoping Mast if a different vendor's Telescoping Mast is procured is projected to be roughly $579,000.00 higher than the proposed cost to utilize an existing certified source. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with the capabilities and facilities to provide components that meet the Government's requirement and certification requirements for a 10 Meter Telescoping Mast P/N 34421 may respond. Responses shall address how the Government can offset the estimated $579,000.00 in cost duplication and the schedule delay that are anticipated to result if a new source is utilized. Responses shall include availability, budgetary cost estimate, and lead time of the solution. Respondents please submit any applicable product literature, features, general specification, performance specifications, qualification and test date, rough order of magnitude pricing, current applications, point of contact (POC), and related information on or before 15 APR 2016 to the following email address: jesse.mechinus@navy.mil. POC is Jesse Mechinus, Phone 812-854-3554.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNB63/listing.html)
 
Record
SN04083191-W 20160415/160413234835-cc7692129e9f9ed13345106c3c96e0a0 (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.