SOURCES SOUGHT
84 -- Maritime Security Helmets
- Notice Date
- 7/1/2016
- Notice Type
- Sources Sought
- NAICS
- 325211
— Plastics Material and Resin Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
- ZIP Code
- 32407
- Solicitation Number
- N61331-16-AP-0001
- Archive Date
- 7/7/2017
- Point of Contact
- Alex Potter, Phone: 8506366084, Jenetta L. Langston, Phone: 8502355362
- E-Mail Address
-
alex.potter@navy.mil, jenetta.langston@navy.mil
(alex.potter@navy.mil, jenetta.langston@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT AND NOTICE OF A PRE-SOLICITATION CONFERENCE FOR MARITIME SECURITY HELMETS Sources Sought Number: N61331-16-AP-0001 Agency: Naval Surface Warfare Center, Panama City Division, Code 023 The Naval Surface Warfare Center, Panama City Division (NSWC PCD) is soliciting information from potential sources to provide Maritime Security Helmets (MSH) with installed retention systems and pads in two sizes: Medium and Extra-Large. Additional padding and retention systems shall be required as replacement parts to support maintenance of the helmets. The MSH is a critical safety item. The helmets shall be an aramid-based helmet that conforms to the requirements of the Advanced Combat Helmet (ACH). The MSH will be used to outfit U.S. Naval personnel aboard ships, and at Naval Activities and will provide protection against multiple ballistic and fragmentation hazards. The US Navy requires a standard helmet to provide ballistic and impact protection. The MSH will be shared amongst multiple sailors. Shipboard storage constraints don't afford the capability to issue helmets to individuals, but rather a "pool" of helmets is established in quantities required to meet specific mission requirements. The MSH shall meet the requirements of the U.S. Army Purchase Description 10-02 with the exception of the adjustable retention system. The Navy is seeking a two-size shell solution with a common, adjustable retention system and padding. The proposed helmet and retention system will be required to undergo human factor testing, impact testing and ballistic testing during First Article Testing. A Firm-Fixed-Price contract is anticipated. The NAICS Code is 325211 with a Small Business Size Standard of 1250 employees. The FSC is 8470. THIS NOTICE IS FOR PLANNING PURPOSES ONLY. Responses to this notice shall be submitted to the Contracting Specialist, Alex Potter via e-mail to Alex.Potter@navy.mil no later than 15 July 2016. Responses must include the following: (1) The offeror's Address capability to provide a two size shell solution meeting U.S. Army Purchase Description 10-02. (2) Address capability to provide an adjustable retention system and padding (3) name and address of firm; (4) size of business, including: average annual revenue for past three years and number of employees; (5) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business, and System for Award Management (SAM) information; (6) number of years in business; (7) two points of contact, including: name, title, phone, fax, and e-mail address; and (8) DUNS Number (if available). Only prime contractors should respond. A list of responding prime contractors will be furnished to potential subcontractors upon request. This is not a solicitation nor will a solicitation package be issued as a result of this announcement. This sources sought notice is for information and planning purposes only and is not to be construed as a commitment by the Government. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. The Government reserves the right to consider a small business set-aside, an 8(a) set-aside or any other acquisition strategy based on responses hereto. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published via the Federal Business Opportunities website. The Government will not notify respondents of the results of this market survey. This market survey closes on (15 July 2016). PRE-SOLICITATION CONFERENCE There will be an pre-solicitation conference on 27 July 2016 at 9:00 a.m. Central Daylight Time (CDT) at the LaQuinta Inn and Suites located at 7115 located at 1000 Thomas Drive, Panama City, Beach, Florida. All interested parties must provide names and the company being represented to Alex Potter via email at alex.potter@navy.mil no later than 15 July 2016. No reimbursement will be made for any costs associated with attending the pre-solicitation conference.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4706ec64b7f35141b5c7faff0ce762a1)
- Place of Performance
- Address: Naval Surface Warfare Center Panama City Division, Panama City, Florida, 32407, United States
- Zip Code: 32407
- Zip Code: 32407
- Record
- SN04169769-W 20160703/160701234135-4706ec64b7f35141b5c7faff0ce762a1 (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 |