Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SPECIAL NOTICE

59 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - 2M SOLDER TRAINING KITS

Notice Date
5/17/2017
 
Notice Type
Special Notice
 
NAICS
334412 — Bare Printed Circuit Board 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
N0016417SNC02
 
Archive Date
7/1/2017
 
Point of Contact
Andrew Ganster, , Evan Magni,
 
E-Mail Address
andrew.ganster@navy.mil, evan.magni@navy.mil
(andrew.ganster@navy.mil, evan.magni@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NC02 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - 2M SOLDER TRAINING KITS - FSC 5998 - NAICS 334412 Issue Date: 17 MAY 2017 - Closing Date: 16 June 2017 - 2:00 pm Eastern REQUEST FOR INFORMATION (RFI): The United States Government (USG) is issuing this RFI announcement as part of a market survey in accordance with FAR 15.201(e). The Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information on custom solder training kits to support the Navy Miniature/Microminiature (2M) Electronic Repair Program. The USG is conducting a market survey to determine if sources and interest exist to manufacture and assemble custom solder training kits for the USG. The proposed four (4) kits would be comprised of various combinations of six (6) USG design circuit card assemblies (CCAs) and approximately thirty (30) components types and/or support materials. Sub-packaging of CCAs and components within each kit will be required. It is intended that the technical data package of circuit card Gerber files shall be maintained and provided by the USG. Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as "white paper"). Any response received after the closing date will also be considered but may not be included in initial reporting or assessments. All responses should be given in PDF format and should not exceed six (6) pages (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), typed in 12-point Times New Roman font, single spaced, with 1-inch margins. All information received in response to this RFI that is marked proprietary and will be handled accordingly. 1) A suggested white paper submission organization: a) A cover letter (optional). b) A cover page labeled with the heading "2M PROGRAM TRAINING KIT SUBMISSION" including the organization, organization's address, and technical point of contact with telephone number and email address. c) No more than five (5) pages including: 1. Objective: Clear and concise statement of the solder training kit manufacturing and / or design, assembly capabilities of your organization. 2. Background: Describe the CCA manufacturing process (in-house or contracted), kit design, assembly, and packaging capabilities of your organization. 3. Characteristics, specifications, and certifications your organization holds as related to the capabilities, interests/focus items above, to include the below as applicable: a. Description of the level of maturity of the manufacturing capability and experience with solder training kit manufacturing. b. Identify your organization's manufactured products that are currently fielded and by whom. c. Intellectual property claims (if any). d. Explain how quality control is incorporated in your kitting processes. No cost or pricing information should be provided. Any received will be deleted and destroyed. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a) The USG does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. b) Although "proposal" and "offeror" may be used in the Request for Information, your response will be treated as information only. It shall not be used as a proposal. c) This solicitation is issued for the purpose of: determining if sources and interest exists for custom kitting of solder training kits for the USG. This announcement 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 USG to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers. The USG 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. Nothing in this announcement constitutes an obligation on the part of the USG. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Information provided will not be returned to contractors. The USG may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. All responses shall be unclassified. All assumptions, including any assumed USG support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Information may be submitted by any USG or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. The Crane Division encourages participation by small business, small disadvantaged business, HUB Zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Responding to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the USG will arise as a result of preparing submissions in response to this RFI and the USG's use of such information. If a formal solicitation is generated at a later date, a solicitation notice will be published. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. All information provided becomes USG property. Your interest in this response is appreciated. All interested parties should provide the requested information regarding this announcement no later than 1400 EDST on or before 16 June 2017, at the Naval Surface Warfare Center, Crane Division. White papers may be submitted any time prior to expiration of this announcement. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. The following e-mail point of contact is provided for information regarding technical programs/technologies of interest with the warfare areas supported by the NSWC Crane Energy, Power & Energy Systems Division and for submission of white papers: Mr. Andrew Ganster, email: andrew.ganster@navy.mil and NSWC Crane Contracting Office point of contact is Mr. Evan Magni, email: evan.magni@navy.mil. Please refer to the announcement number in all correspondence and communications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNC02/listing.html)
 
Record
SN04512000-W 20170519/170517235100-c94a9bf424e477d97de5b0893471fde3 (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.