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, 2017 FBO #5642
SPECIAL NOTICE

10 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – FABRICATION AND MANUFACTURING OF MK 164 BRIDGE LAUNCHER CONTROLS (BLCs) FOR USE IN MK 53 DECOY LAUNCHING SYSTEMS

Notice Date
5/3/2017
 
Notice Type
Special Notice
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories 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
N0016417SNB90
 
Archive Date
6/23/2017
 
Point of Contact
Alexia Yoo,
 
E-Mail Address
alexia.yoo@navy.mil
(alexia.yoo@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NB90 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - FABRICATION AND MANUFACTURING OF MK 164 BRIDGE LAUNCHER CONTROLS (BLCs) FOR USE IN MK 53 DECOY LAUNCHING SYSTEMS - PSC 1055 - NAICS 332994 RFI Issue Date: 5/3/2017 - Closing Date: 6/8/2017 - 4:00PM EDT RFP Anticipation Issue Date: 9/13/2017 - Closing Date: 10/18/2017 The Government is issuing this RFI/sources sought announcement as part of market research for the fabrication and manufacturing of MK 164 Bridge Launcher Controls (BLCs) for use in MK36/MK 53 Decoy Launching Systems (DLS). Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to BAE Systems Land & Armaments L.P. (Cage Code 064S4) located in Louisville, KY to satisfy this requirement. 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 the duplicative cost to the Government that is not expected to be recovered through competition and the unacceptable delays in fulfilling the agency requirement through any other source. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is seeking information from companies mitigating the sole source basis listed above. The Government is seeking companies with the capabilities and facilities to produce 3 ship sets (1 set equals 4 each BLCs). One (1) ship set requires one (1) each of the listed items: Table 1 - 1 ship set NAVSEA P/N Nomenclature 3193526-1 MK 164 MOD 2 (Starboard) BLC 3193526-2 MK 164 MOD 2 (Port) BLC 7244879-1 MK 164 MOD 3 (Starboard) BLC 7244879-2 MK 164 MOD 3 (Port) BLC Please provide information of performance on other Government contracts with similar efforts. Responses should include availability, budgetary cost estimate, and lead time of the solution, as well as, whether a demonstration unit can be provided to expedite the decision making process. All interested parties are encouraged to 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, mitigate the reason why the Government should not procure this effort on a sole source basis as stated above, and /or identify other Government contracts with similar efforts for the Government(s) consideration. 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-NB90 The Technical Data Package (TDP) is being provided with this request for information, to allow vendors the opportunity to review and respond. These drawings contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD Contractors only. Contractors must be properly registered in JCP and 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. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/jcp/Default.aspx 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. Information shall be submitted to NSWC Crane Acquisition POC Ms. Alexia Yoo, alexia.yoo@navy.mil, cc: diane.bright@navy.mil. The mailing address is: NAVSURFWARCENDIV Crane, Attention: Alexia Yoo, Code 0243, Bldg 121, 300 Highway 361, Crane, IN 47522-5001 Reference N00164-17-S-NB90 in the subject line of emails. Submissions in response to this announcement shall be submitted to the NSWC Crane Contracting POC by 4:00 PM Eastern Time 08 June 2017. Responses received after 08 June 2017 may not be considered in the Government's market research. 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. Your interest in the response is appreciated. Reference announcement number N00164-17-S-NB90 in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB90/listing.html)
 
Record
SN04494732-W 20170505/170503235214-0c90a575223fa6cc9081ccd44a233511 (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.