Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOURCES SOUGHT

R -- N64498-18-R-4036 Mobi Control Systems Support - RFI N6449818R4036 MOBI Control Systems Support

Notice Date
8/24/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-18-R-4036
 
Point of Contact
Elena M. Banis, Phone: 2158972610, Byron J. Roth, Phone: 2158971121
 
E-Mail Address
Elena.Banis@navy.mil, byron.roth@navy.mil
(Elena.Banis@navy.mil, byron.roth@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N6449818R4036 MOBI Control Systems Support Draft PWS SOW The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking qualified sources that can provide the supplies and services for the continued installation, validation and lifecycle support for Man Overboard Indicator (MOBI) systems on U. S. Navy ships. The overall objective of the MOBI program is to outfit each ship with a system capable of alerting the crew to a man overboard event, so that a lifesaving rescue can be affected This contract includes the acquisition of MOBI transmitters (TX-104 & TX-106), receivers (RX-103), antennas (DF-A101 & HHDF), displays (DF-D101) and associated support for verification/validation, system groom, inspections, assessments, personnel training, maintenance and system repairs. This installation and engineering support shall consist of the accomplishment of Ship Alterations (SHIPALTs), Ship Change Documents (SCDs) and Boat Alterations (BOATALTs), preparation for and during shipboard inspections where the MOBI system will have an impact, system integration issues, Electromagnetic Interference (EMI) testing and provisioning of MOBI hardware to the Fleet; integrated logistics support (ILS) modifications and one-per-person transmitter testing and evaluation. The procurement is anticipated to be a follow on cost plus fixed fee (CPFF) / Indefinite delivery, Indefinite quantity (IDIQ) with Firm-Fixed-Price (FFP) contract line item numbers (CLINs) for supplies and services contract with a five (5) year ordering period. The previous contract was awarded on a sole source basis under N65540-14-D-0001 to Briarteck, Inc. The North American Industry Classification System (NAICS) Code is 541330, Engineering Services Small Business Size Standard is $15 million. It is the Government's intention to procure the engineering and technical services for the Man Overboard Indicator (MOBI) system, utilizing other than full and open competition, from Briartek in accordance with FAR 6.302-1, as only the MOBI system can meet the Government's requirements. MOBI ho lds key patents for critical Man Overboard Indicator system materials. For the continued installation support of the its MOBI Systems, Briartek is the only reasonable source with capabilities to meet the minimum requirements, both technical and schedule to support the program. Therefore, Briartek is currently the only responsible source for this procurement and no other type of supplies or services will satisfy the Navy's requirements. NSWCPD intends to issue a solicitation to Briartek to meet mission requirements. Prior to issuing a Sole Source solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. A copy of the DRAFT Statement of Work (SOW) is attached. Responses are not to exceed Ten (10) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. Interested businesses are invited to respond to this source sought announcement by providing the following limited to ten (10) pages: •1) Statement providing the Company Name, Company Address, Cage Code, points of contact including name, phone number, fax number, and email address. The respondents must also provide a confirmation of current large or small business status under NAICS code 541330 as of 7 September 2018, and the date their firm was started. •2) Prior/current corporate (Past Performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and a brief description of how the referenced contract relates to the services described herein. •3) A statement as to the existence of the offeror's DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the proposal due date. •4) Any potential subcontract/consultant arrangements being considered. If subcontracting is contemplated, the capability statement shall contain sufficient information concerning the planned subcontracting/consulting arrangements to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting, can be met. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Elena M. Banis at elena.banis@navy.mil with the subject line "RFI - MOBI". All responses shall be unclassified and submitted by no later than 5:00PM on 07 September 2018. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informational purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this Sources Sought notice or any follow-up information requests. Submittals will not be returned to the sender. NSWCPD will utilize the information for technical and acquisition planning purposes. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c35fa7da7cb24931c44cc0afc68737f9)
 
Place of Performance
Address: 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112, United States
Zip Code: 19112
 
Record
SN05056010-W 20180826/180824231632-c35fa7da7cb24931c44cc0afc68737f9 (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.