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, 2018 FBO #6021
SPECIAL NOTICE

13 -- REQUEST FOR INFORMATION / SOURCES SOUGHT -AIRBORNE EXPENDABLE COUNTERMEASURES -

Notice Date
5/17/2018
 
Notice Type
Special Notice
 
NAICS
332993 — Ammunition (except Small Arms) 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
N0016418SNB73
 
Archive Date
6/23/2018
 
Point of Contact
Jason Travis,
 
E-Mail Address
jason.travis@navy.mil
(jason.travis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-18-S-NB73 - REQUEST FOR INFORMATION / SOURCES SOUGHT -AIRBORNE EXPENDABLE COUNTERMEASURES - FSG - 13 - NAICS - 332993 Issue Date: 17 MAY 2018 - Closing Date: 8 JUNE 2018 - 2:00 PM EST REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - As part of a market survey, the Government is issuing this RFI/Sources Sought announcement in accordance with (IAW) DFARS 206.302-1(d). N00164-13-G-WR02 was awarded on August 7, 2013 to purchase Airborne Expendable Countermeasures (AECMs), specifically the ARM-008, ARM-017, ARM-022, MJU-71/B, MJU-59/B, MJU-64/B, MJU-67/B, M216E4, and M216E5 decoy. Naval Surface Warfare Center, Crane Division, intends to modify the existing sole-source N00164-13-G-WR02, a five-year, BOA with Armtec Countermeasures Company, 85901 Avenue 53, Coachella, CA, 92236; place of performance is East Camden, AR to increase the BOA ceiling to satisfy additional requirements for the decoys listed above. This action will be in accordance with the statuatory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, "Only one responbsible source and no other supplies or services will safisfy agency requirements." The basis for restricting competition is that Armtec Countermeasures Company designed, developed and manufactures the flares and holds key technical data, drawings and production rights unique to these decoys. Establishing alternative sources will result in unacceptable duplicative costs attempting to reverse engineer any flares. The Government is seeking information from Contractors mitigating the sole-source basis cited above. Contractors with the capabilities and facilities to provide components that meet the Government's requirement for the AECMs are needed for evaluation, qualification, and effectiveness testing, as well as potential fleet use may provide information to indicate their intent and capability. 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 Government decision-making process. While Contractors are not required to quote prices for any solutions proposed, the information will assist the Government in developing Business Case Analysis (BCA) supporting potential follow-on acquisition announcements to this RFI. If Contractors need additional Government requirements information in order to fully respond to this RFI, please contact the Government POC. All interested parties are encouraged to submit 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, and a budgetary estimate of test articles to 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 RFI/Sources Sought Market Survey shall include the following: Contractor's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-13-G-WR02-P00004 The Government may contact RFI respondents to obtain 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 bid/proposal or 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 or clarification questions may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Mr. Jason Travis, e-mail: jason.travis@navy.mil or Telephone: 812-854-5965. The mailing address is: NAVSURFWARCENDIV Crane, Jason Travis, Code 0243, Bldg 121, 300 Highway 361, Crane, IN 47522-5001. If any part of the Contractor submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. Your interest in the response is appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB73/listing.html)
 
Record
SN04926493-W 20180519/180517231012-0a810f4f468078078e591b9a76a45c5c (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.