Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2016 FBO #5479
SPECIAL NOTICE

39 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – MAN LIFT WINCH FOR MAINTENANCE PLATFORM LIFE CYCLE REFRESH - CONTROLLED DOCUMENTS

Notice Date
11/21/2016
 
Notice Type
Special Notice
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System 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
N0016417SNB22
 
Archive Date
1/23/2017
 
Point of Contact
Elizabeth Krzesniak, Phone: 812-854-3513
 
E-Mail Address
elizabeth.krzesniak@navy.mil
(elizabeth.krzesniak@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NB22- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MAN LIFT WINCH FOR MAINTENANCE PLATFORM LIFE CYCLE REFRESH - FSC 3950 - NAICS 333923 Issue Date: 21 NOV 2016 - Closing Date: 07 DEC 2016 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research for electric, man lift winches. Updated winches are required in order to meet current specifications for the Life Cycle Refresh of the Maintenance Platform, which supports the Trident Strategic Weapons Systems program. See attached drawings 5945262 and 7200991 to review the technical requirements provided as Attachment 1 to this document. Vendors must be registered in the System for Award Management (SAM) and registered in the Joint Certification Program (JCP) in order to receive access to the drawings. Information about the JCP is located at http://www.dlis.dla.mil/jcp. 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, HECO Pacific Manufacturing Inc., 1510 Pacific Street, Union City, CA, 94587, (CAGE 51323). 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 HECO Pacific Manufacturing Inc. is to avoid over $6 million in cost duplication and prevent as much as two years unnecessary schedule impact. The Maintenance Platform uses an electric winch that is installed on the platform's Enclosure, which is the stationary part that rests on the missile tube muzzle surface and connects to the personnel work platform that travels up and down in the missile tube via two wire ropes. The winch system that is used in the Maintenance Platform design was originally designed and manufactured by HECO Pacific Manufacturing, the Original Equipment Manufacturer, and was procured by NAVSEA. Since there are no commercial or military specifications that standardize winch electrical and mechanical interfaces, the Maintenance Platform assembly was designed to work specifically with the HECO winch, which has unique electrical and mechanical interfaces. The cost to develop interface requirements and the cost for a new vendor to design/prototype to achieve the same result would be an estimated $6 million duplication of costs. 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 the electric winch may respond. Responses shall address how the Government can offset the estimated $6 million in cost duplication and the two year 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. 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, production units, production quantity breaks, an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the significant Government investment in the existing electric winches. 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: N00164-17-S-NB22 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 Ms. Elizabeth Krzesniak, elizabeth.krzesniak@navy.mil or 812-854-3513. The mailing address is: NAVSURFWARCENDIV Crane Attention Elizabeth Krzesniak, Code 0221, Bldg 121 300 HWY 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/N0016417SNB22/listing.html)
 
Record
SN04333383-W 20161123/161121234327-8f27037a4e754962e3fabd0c13c8d5af (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.