Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SPECIAL NOTICE

66 -- TERADYNE SPECTRUM 9100 TEST STATION PRIME ITEM DEVELOPMENT SPECIFICATIONAND CALIBRATION VERIFICATION TEST PROGRAM SET - Attachment 1

Notice Date
5/3/2016
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
N0016416SNB76
 
Archive Date
5/26/2016
 
Point of Contact
Roger Brett, Phone: 812-854-5268
 
E-Mail Address
roger.brett@navy.mil
(roger.brett@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 N00164-16-S-NB76 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - TERADYNE SPECTRUM 9100 TEST STATION PRIME ITEM DEVELOPMENT SPECIFICATIONAND CALIBRATION VERIFICATION TEST PROGRAM SET - PSC - 6640 - NAICS - 334515 Issue Date: 02 MAY 2016 - Closing Date: 11 MAY 2016 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research for a Prime Item Development Specification (PIDS), a Calibration Measurements Requirement Summary (CMRS), and a calibration verification Test Program Set (TPS). The PIDS, CMRS, and TPS will be developed for the Teradyne Spectrum 9100 Test Station located as NSWC Crane. The PIDS will consist of system level capability test and measurement functions for all the hardware that makes up the Spectrum 9100 Test Station. The CMRS identifies the System's calibration and measurement requirements, and the TPS will verify calibration of the automated test equipment that makes up the Spectrum 9100 Test Station. A Statement of Work is attached. The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the original equipment manufacturer of the Spectrum 9100 Test Station, Teradyne Corporation, 700 Rivers Park drive, North Reading, MA 01864. 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 is the fact that Teradyne proprietary data is required to develop the PIDS, CMRS, and TPS and the Government does not have rights to this data. 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 that would enable them to meet the Government's requirements may respond. Responses shall address how the respondent proposes to develop the PIDS, CMRS, and TPS without the Teradyne proprietary data. Responses shall include availability, budgetary cost estimate, and lead time of the solution. All interested parties may submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, and an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the requirement to have access to Teradyne proprietary data to meet the requirement. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-16-D-GP20 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable source for future requirements; to take exception to the anticipated sole source as your company currently meets all of the Government requirements and can successfully offset the projected cost duplication and schedule delays. The Government may contact RFI respondents to get clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought 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. Market Survey information may be submitted to the Point of Contact (POC) any time prior to the expiration of this announcement. The POC for this effort is Mr. Roger Brett, roger.brett@navy.mil or 812-854-5269. The mailing address is: NAVSURFWARCENDIV Crane Attention Roger Brett, Code 0242, Bldg 121 300 Highway 361, Crane, IN 47522-5001. Responses to this RFI/sources sought may be emailed to the POC above. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNB76/listing.html)
 
Record
SN04104687-W 20160505/160503235622-17a125eaf8c7359260791916c8b06fda (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.