Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
SOURCES SOUGHT

69 -- SeaPerch ROV Kits, Tool Bags, and Construction Manuals

Notice Date
8/30/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018917QZ496
 
Response Due
9/1/2017
 
Archive Date
9/16/2017
 
Point of Contact
Michael Placido 2156979654
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE, pursuant to FAR Part 10 (Market Research) and is not a pre-solicitation notice or solicitation for proposals/quotations. This notice does not constitute a request for a proposal/quotation, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any information provided by the Government at this time is preliminary and may be updated or changed prior to release of a formal solicitation. The purpose of this Sources Sought Notice is to identify potential prime sources to provide SeaPerch underwater remotely operated vehicle (ROV) kits, tool bags, and construction manuals in support of the Navy Recruiting Command (NRC) ™s Diversity STEM SeaPerch Outreach Program. For the purpose of this requirement, each SeaPerch ROV Kit and Tool Bag includes the following: SeaPerch Kit (720 ea) 10 White PVC 1/2 - 90 Degree Elbow 6 White PVC 1/2 x 12- Straight Pipe 4 White PVC 1/2 - Tee 1 Mesh - 12 x 8 - Black Polyethylene 2 Pool Noodle - 5 Piece 15 Cable/Zip Ties - 6 Black 6 Tie Wraps - Motor Mount - 11-1/4 “ Blue 3 12 VDC Motor. 0.7 A - Shaft Diameter 0.091 3 Film Canister - 35 mm or Plastic Vial - 50 ml 3 Propellers - Plastic 1/8 Shaft Size 3 Propeller Shaft Threaded Coupler 3 Threaded Insert Tee Nut 3 Nylon-Insert Hex Locknut 4-40 - Stainless Steel 1 50 ft. 350 Mhz Cat 5e Stranded Cable W/RJ-45 1 Velcro Cable Tie 1 SeaSwitch Control Box Kit 1 18 Awg Speaker Wire - 6 1 Alligator Clips (Set of 2) 1 Black Alligator Clip Insulator 1 Red Alligator Clip Insulator 1 Solder - 60/40 Rosin Core 1 Butyl Rubber Tape - 1.5 x 3 (Monkey Dung) 1 Alcohol Wipe 1 Electrical Tape - Black - Roll 1 Wax Bowl Ring 1 Sealed Lead Acid Battery - 12 V, 7 Ah, 1 Sealed Lead Acid Battery Charger - 12 V, 500 mA 1 Battery Charger Cable - SLA Cord 1 Safety Glasses 1 SeaPerch Tote Bag 1 SeaPerch - 8 Ruler 1 SeaPerch Careers Brochure 2 Disposable Latex Gloves 1 Sharpie Marker - Black or Red 1 SeaPerch Pen SeaPerch Tool Bag (180 ea) 1 SeaPerch Construction Manual 1 Tool Bag - Zippered Heavy Duty 1 Power Drill - Corded 1 Soldering Iron Stand 1 Sandpaper Sheet - 220 Grit 1 PVC Cutter - Ratcheting 1 Digital Multimeter 1 Wire Strippers 1 Adjustable Vice - Clamp-On 1 Krazy Glue 1 Alligator-Alligator Motor Test Leads 1 Soldering Iron - 25 Watts 1 Desoldering Pump 1 Nut Driver - 1/4 Non-Magnetized 1 Wire Cutters 1 Needlenose Pliers 1 Phillips Screwdriver - #2 x 4 1 3/32 Drill Bit 1 1/4 Drill Bit 3 Alcohol Wipes 3 Threaded Insert Tee Nut 3 Nylon-Insert Hex Locknut 3 Propellers 3 Propeller Shafts 1 SeaSwitch Spare Parts 1 SeaSwitch - Complete 1 Modular Jack 8P8C 2 Fuseholders 2 Fuses 6.3A TES Radial Lead 2 Printed Circuit Boards Delivery: NLT 29 September 2017 Destination: Millington, TN A Firm Fixed Price (FFP) purchase order is anticipated to satisfy this requirement. The North American Industrial Classification System (NAICS) code for this acquisition is 334511. Firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement as a prime contractor are invited to respond to this notice via the submission of an executive summary. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. The goal of such feedback is to determine if a) a small business would be able to perform as a prime contractor, or b) any other sources other than the incumbent would be able to perform as a prime contractor. The submission should include the following information and reference N0018917QZ496: 1. Company name, address, and point of contact with corresponding phone number and e-mail address 2. DUNS number, Cage Code, business size and classification 3. Capability statement displaying the contractor ™s ability to provide the services to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references). Relevant past performance is past performance of the same or similar scope and magnitude to the described requirement. Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. The Government requests that interested parties respond to this notice if applicable. The Government will use information received to determine the best acquisition strategy for this procurement. Data submitted in response to this notice will not be returned. All submissions are required to be submitted via e-mail to michael.placido@navy.mil no later than 4:00 PM (local time/Philadelphia, PA) on 01 September 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018917QZ496/listing.html)
 
Record
SN04653908-W 20170901/170830231940-884ac201f8558ba453ae6c39087acc01 (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.