Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SPECIAL NOTICE

81 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT

Notice Date
12/20/2019 12:23:28 PM
 
Notice Type
Special Notice
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522 USA
 
ZIP Code
47522
 
Solicitation Number
N0016420SNB17
 
Response Due
1/10/2020 12:00:00 PM
 
Archive Date
01/25/2020
 
Point of Contact
Reece Freeman, Phone: 8128541172
 
E-Mail Address
reece.freeman@navy.mil
(reece.freeman@navy.mil)
 
Description
N00164-20-S-NB17 REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � Specialized Storage/Shipping Container including Multi-Spectral Targeting System (MTS) Turret Unit (TU) Shipping and Storage Containers & MX TU Containers, MTS Support Equipment Containers, and Target Sight System (TSS) TU Containers- FSG 8145 - NAICS 332439 Issued Date: 20 DEC 2019 - Closing Date: 10 JAN 2020 MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Naval Surface Warfare Center, Crane Division (NSWC Crane) is issuing this RFI/sources sought announcement seeking information for market research purposes relative to the supply of specialized storage/shipping containers including: Requirements: Aluminum Turret Containers: MTS-A P/N: 85000000-1, Turret Container MTS-A P/N: 85000000-2 Rev E, Container, Shipping & Storage, FLIR Turret Unit; MTS-A is the above container only with Crane nameplate and no bungee cords. MTS-A P/N: 3717AS100 Rev C, Container, Shipping & Storage for H-60 FLIR; Navy MTS-A TU container has a H60 nameplate and bungee cords MTS-A P/N: 8500152-2 Rev L, 85000152-3 Rev L, and 85000152-4, Container, Shipping & Storage, FLIR Turret Unit (MTS-B/C); larger than the MTS-A containers, all the drawings were created by Crane. MTS-A P/N: 85001160-2, Container, Shipping & Storage for C-130 Ball Down; MTS-A but the system is suspended upside down in a frame. Hardigg/Pelican Style: 85000758-1 Rev-, High Definition (HD) Electronics Assembly (EA) Shipping and Storage container (Gray); 85000368-1 Rev-, Aircraft Maintenance Fixture Case Assembly (Extended upright Handles Container); 85000246-1 Rev D, Case Assembly, Boresight Equipment (White); serialized, match serial numbers with the BSM made by Raytheon. We get the serial numbers from Raytheon for the BSM. 85000244-1 Rev E, Case Assembly Aircraft Maintenance Fixture (White); 85000046-1 Rev A, Container, Shipping & Storage, CSP Electronics Assembly; 85000034-1 Rev H, Case Assembly, Aircraft Maintenance Fixture; 85000024-1 Rev H, Case Assembly, Boresighting Equipment (Gray); 85000020-4 Rev G, Case Assembly, Accessory (Gray) 85001747-1 Rev-, CSP FSR Kit Container; 85001521-1 Rev D, MTS-C� Electronics Unit Shipping and Storage Container 85001295-1 Rev-, Container, Shipping & Storage, C130 Electronics Assembly. Target Sight System Shipping Container (TSS) P/N: 770E001 H-1; Hardigg style container with an aluminum frame built and mounted inside the container. MX-15 Reusable Container P/N: 85001300-1 (includes container with internal framework installed and Top Plate) MX-20 Reusable Container P/N: 85001312-2 (includes container with internal framework installed and Top Plate) This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. The MTS Program is interested in receiving feedback from industry on the ability to meet one or more requirements, assistance in specification refinement and validation, and information regarding advanced technology pertaining to specialized storage/shipping containers. All interested parties are strongly encouraged to submit a White Paper. Offerors wishing to submit a white paper and/or receive controlled documents for solicitation N00164-20-S-NB17 must be properly registered in the Government System for Award Management database (SAM) and the Joint Certification Program (JCP). 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 efforts shall be made to protect proprietary information that is clearly marked in writing. The Offeror�s attention is directed to the fact that contractor personnel may review, and provide support during review, of submissions. When appropriate, the contractor personnel may have access to submissions and may be utilized to objectively review submissions in a particular functional area and provide comments and recommendations to the Government�s decision makers. They may not establish final assessments of risk or rate/rank Offeror�s submissions. All advisors shall comply with procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding source selection and proprietary data. Submission of a white paper in response to the RFI constitutes approval to release the white paper submission to Government Support Contractors. Requesting Information Due to the size of the Technical Data Package (TDP) file, all requests for the controlled documents for solicitation N00164-20-S-NB17 will be released using the Department of Defense Safe Access File Exchange (DoD SAFE) website. Instructions on how to obtain the drawings if required are contained in the controlled document attachment located at Beta.SAM.gov. Please request access to the controlled document via Beta.SAM.gov. White Paper Submission Guidelines Submissions may be sent by any government 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. Offerors should submit the white papers electronically prior to 3:00 p.m. on the closing date.� Submittals after this date will still be accepted, although there is no guarantee they will be seen by the IPT members.� White papers may be submitted any time prior to expiration of this announcement. Responses shall include a Corporate Description section and a Corporate Experience section as described below. ����������� (1) Name of Company ����������� (2) State the respondent�s size status and whether the respondent is registered in ���������� applicable NAICS code listed above. ����������� (3) Ownership, including whether: Small, Small Disadvantaged, 8(a), Women-Owned, ���� HUBZone, Veteran Owned and/or Service Disabled Veteran-Owned Business. ����������� (4) Two points of contact, including: Name, title, phone, and e-mail address. (5) CAGE Code and DUNS Number. (6) List of equipment to be used during the manufacturing process or to perform final acceptance testing. ����� (7) Production capacity/facility availability. ����� (8) Standard inspection procedures and/or quality management/assurance process. ����� (9) What is the production lead times for each container type (MTS TU & MX TU�� ���������� Containers, MTS Support Equipment Containers, and TSS TU Containers)? ����� (10) What is the contractor�s standard for warranty on the containers? ����� (11) What is the contractor�s standard practices for inspection/acceptance? (Is the inspection at �� origin and acceptance at destination?) ����� (12) Can the contractor conduct a Lot Acceptance of one (1) container for the TU Containers for � First Article Testing? (Can this be conducted at Contractor site with Government representative �� present?) (13) If respondents are currently researching/developing additional capabilities in this area, include a discussion of realistic near-future capabilities as well as a summary of currently achievable parameters. This white paper should not exceed 20 pages written (Times New Roman, 12 font) or MS PowerPoint slides, (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), with an executive summary (one page or less) on the effort, a technical description, identification of risks, current Technology Readiness Level (TRL), operational availability data, and Reliability-Availability-Maintainability (RAM) data. All changes that occur will be posted to the Beta.SAM.gov website.� The following e-mail point of contact is provided for information regarding technical programs/technologies of interest within the warfare areas supported by the MTS Program and for submission of white papers: Reece Freeman, reece.freeman@navy.mil. Please refer to announcement number N00164-20-S-NB17 in all correspondence and communications. Additional Information At the current time, NO FUNDING IS AVAILABLE for contractual efforts.� This sources sought synopsis 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7414b73b1d984fbab7b0e54f6a4c1f5f/view)
 
Record
SN05522226-F 20191222/191220230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.