Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 23, 2016 FBO #5326
SPECIAL NOTICE

23 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - FRONT STEERING ASSEMBLY FOR THE INTERNAL TRANSPORTABLE VEHICLE (ITV), PROGRAM FOR THE UNITED STATES MARINE CORPS (USMC)

Notice Date
6/21/2016
 
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 Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016416SNB93
 
Archive Date
7/20/2016
 
Point of Contact
Holly Dant, Phone: 812-854-5262
 
E-Mail Address
holly.dant@navy.mil
(holly.dant@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-16-S-NB93 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - FRONT STEERING ASSEMBLY FOR THE INTERNAL TRANSPORTABLE VEHICLE (ITV), PROGRAM FOR THE UNITED STATES MARINE CORPS (USMC) - FSC 2305 - NAICS 336330 Issue Date: 21 JUN 2016 - Closing Date: 5 JUL 2016 - 4:00 PM EDT The Government is issuing this RFI/sources sought announcement as part of the market research in accordance with FAR 15.201(e). The government is seeking information from vendors with capabilities and facilities for a new Front Steering Assembly, which includes the rack and pinion assembly, and servo, in support of the USMC ITV Program. Naval Surface Warfare Center, Crane Division, located at Naval Support Activity, Crane, IN, intends to award a firm-fixed price indefinite delivery/indefinite quantity contract with a five year ordering period to SWEET MANUFACTURING INCORPORATED, 3421 South Burdick Street, Kalamazoo, MI 49001 (CAGE Code: 7LSQ9) for an estimated contract ceiling in the amount of $750,000. 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 is due to the unique technical design and application of this system, the rigorous testing and qualification requirements for this system, the duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays for fulfilling this requirement through any other source. The Government is seeking information from companies to mitigate the sole-source basis listed above. The Government is seeking information from companies with the capabilities and facilities to manufacture and test new replacement systems for integration into the Prime Mover (PM) and Light Strike Vehicle (LSV) variants of the ITV. Responses should include availability, technical capability, experience with like systems, budgetary estimate, and lead time for the above processes. All interested parties are encouraged to submit their company and product information, a technical white paper response no longer than (5) pages, and/or other pertinent information such as technical capability, current availability and any examples of similar workload. These responses and information should address this requirement and will mitigate the reason for the Government to procure this requirement on a sole-source basis. Additionally, provide and/or identify other Government contracts with similar efforts for consideration. Responses to this RFI/Sources Sought should include: Submitter's Name Complete Address with Street, City, State and Zip Code Business Size Point of Contact (POC) Name(s) Phone Numbers Announcement Number Contractors must be registered in the Government System for Award Management (SAM) database. Contractors may obtain information on the SAM registration and annual confirmation of requirements by calling 1(866)606-8220, or via the internet at www.sam.gov. Currently, there is NO FUNDING AVAILABLE for this contractual effort. 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 award a contract. The US Government is in no way liable to pay for or reimburse any companies, or any other entities, that respond to this announcement. Any costs incurred by the interested companies responding to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact (POC) at any time prior to the expiration of this announcement. The POC for this announcement is: Ms. Holly Dant, holly.dant@navy.mil or 812-854-5262. The mailing address is: NAVSURFWARCENDIV Crane, attention Holly Dant, Code 0233, Bldg 3373, 300 Highway 361, Crane, IN 47522-5001. If any part of the submittal is classified, please contact the POC for the appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to the non-Government personnel and entities. Your interest in this response is appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNB93/listing.html)
 
Record
SN04156842-W 20160623/160621234549-30fd626140e56cce923d931668765886 (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.