Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOURCES SOUGHT

10 -- Contender Vehicle

Notice Date
5/23/2017
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ0034-17
 
Archive Date
6/29/2017
 
Point of Contact
Maurice C Brown, Phone: 7036961674
 
E-Mail Address
maurice.c.brown6.civ@mail.mil
(maurice.c.brown6.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a full and open Sources Sought notice. This is NOT a solicitation or request for proposal, proposal abstracts, or quotations. Disclaimer and Important Notes: This notice does not constitute any commitment by the Washington Headquarters Service (WHS) or obligate the Government to award a contract or otherwise pay for the information provided in response to this notice. The Government will not reimburse for any information provided or will not return any information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any entity responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the Contractor's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. THE PURPOSE OF THIS FULL and OPEN SOURCES SOUGHT SYNOPSIS IS TO DETERMINE INTEREST AND CAPABILITY OF POTENTIAL CONTRACTORS. Only entities that fall within under the applicable North American Industry Classification System (NAICS) code 332993 - Ammunition (except Small Arms) Manufacturing should submit a response to this notice. The proposed contract vehicle for the Contender Vehicle is anticipated to be a Fixed Price contract. This proposed procurement will have a one year base period, one year option period and an eight month option period for a total of thirty two month period of performance. Under this process, the Government intends to potentially award contracts to one or more vendors whose expected outcome to this sources sought in the Government's estimation provides the greatest overall benefit in response to this sources sought. The Contractor will be responsible for providing services described below in the Performance Work Statement. PERFORMANCE WORK STATEMENT (PWS) The Contender vehicle project is a rapid prototype development initiative, sponsored by the Strategic Capabilities Office (SCO), with demonstration objectives in 2021. The Contender vehicle aims to maintain current MK 48 Heavyweight Torpedo capabilities while substantially increasing range and providing modular payload ability. The Contender program currently makes use of a University Affiliated Research Center (UARC), with Pennsylvania State University Applied Research Laboratory (PSU-ARL) as the Contender vehicle design and integration agent. As the Contender initiative demonstrates success, the U.S. Navy will determine when a transition to a Program of Record (POR) will take place. Selected industry partners need to provide experienced personnel who have demonstrated highly specialized expertise in manufacturing and design of defense weapons or vehicles. Industry partners will coordinate with the PSU-ARL and government team to provide input and reviews of Contender vehicle system and subsystem designs. Teaming is encourged. OBJECTIVES The Office of the Secretary of Defense, SCO and U.S. Navy are seeking proposals to provide Design For Manufacturing / Design For Affordability (DFM/DFA) recommendations for the Contender vehicle. The government team desires to take advantage of the latest innovations in advanced manufacturing to produce a modern, reliable, reasonably priced weapon that can be transitioned to industry with minimal or no re-design. SCOPE All system and sub-systems of the Contender vehicle shall be subjected to DFM/DFA reviews including: SONAR, command and control, payload, fiber communications, Stored Chemical Electrical Propulsor System (SCEPS), drivetrain, and propulsor/control fins. PERFORMANCE REQUIREMENTS The following section specifies the Performance Objectives and Performance Elements for the contract. TASK 1 - The contractor shall review Contender vehicle system and subsystem designs and provide recommendations to improve manufacturability and affordability within the necessary manufacturing standards required for weapon production. TASK 2 - The contractor shall provide recommendations on manufacturing processes, production line layout, inspection tools, test equipment, and any other pertinent manufacturing areas. TASK 3 - The contractor shall review Contender Technical Data Packages (TDPs) and provide a review matrix with TDP recommendations. TASK 4 - The contractor shall review the Contender baseline design and provide a cost analysis for delivery of a manufactured product. KEY PERSONNEL The Contractor shall provide qualified personnel for the key position under this contract. The key position is Systems Engineer, and the anticipated required level of effort is 1.5 FTE. The Contractor shall ensure that the Systems Engineer possesses the skills, knowledge, training, and certification(s) required to satisfactorily perform all services required by the contract. The Systems Engineer must have a minimum of 10 years in the design and manufacture of weapon systems. Engineer must be proficient in the industry standard manufacturing specifications required for weapons systems, as well as safety standards when applicable to manufacturing weapons systems. Key personnel must hold a SECRET clearance. SELECTION CRITERIA AND SUBMISSION REQUIREMENTS Contractors with an interest in being considered for the Contender Vehicle contract must submit the required Capability Statement of Qualifications. The Capability Statement of Qualifications shall not exceed 25 single-sided pages of 8 1/2x11 size paper, in font type Times New Roman and font size 12, and shall address the following: (1) Company information to include name, point(s) of contact(s); email address(es), physical/mailing address, telephone number, any business self-certified category (e.g. large, small, women-owned and service-disabled veteran-owned, 8a) and DUNS number (2) Provide signed resumes with acknowledgement of availability on Key Personnel, and/or other personnel and their relevance to the task described including resource availability, education and/or other training; (3) Describe firm's current and relevant experience relating to the tasks described above including the - scope and nature of at least three (3) of the most current or completed comparable contracts within past 5 years, beginning and ending dates of the project, customer name and point of contact, point of contact email, mailing address and telephone number, indicate if you were the prime or sub-contractor; (4) Explain what experience your company has had with providing services stated under the Performance Requirement. for them. DUE DATE: Vendors shall submit their information via email to Maurice C. Brown maurice.c.brown6@civ@mail.mil. Hard copy submission is not acceptable. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-17/listing.html)
 
Place of Performance
Address: PLACE OF PERFORMANCE:, Work will be performed at PSU-ARL in State College, PA and the contractor's site. Performance of the tasks in this PWS may be accomplished via approved telework agreements. In the event of a local or national emergency, additional telework may be authorized., United States
 
Record
SN04518690-W 20170525/170523235139-47501961b75ec98404b5a8a5e677f3d0 (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.