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
SOURCES SOUGHT

53 -- Mission Package Consoles (MPCs)

Notice Date
12/20/2019 12:00:48 PM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
MissionPackageConsoles
 
Response Due
1/24/2020 4:00:00 PM
 
Archive Date
02/08/2020
 
Point of Contact
Brigitte Bryant, Phone: 805-228-7839
 
E-Mail Address
brigitte.bryant@navy.mil
(brigitte.bryant@navy.mil)
 
Description
The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), Naval Base Ventura County, California hereby issues a Sources Sought. I. Purpose: NSWC PHD is seeking sources for a requirement to procure, create sub-assemblies, and kits in direct support of the Mission Package Consoles (MPCs) for the Littoral Combat Ship (LCS) Platforms.� NSWC PHD is the cognizant buying office, within Naval Sea Systems Command (NAVSEA), overseeing acquisition requirements in support of the LCS program and the In-Service Engineering Agent (ISEA) mission. The purpose of this Sources Sought request is to: Determine sources existing which possess both the capability and experience to effectively perform the effort/requirement. Seek out capable vendors (large or small businesses) in performing the effort/requirement. Understand if this effort/requirement can be set-aside for Small Business based on capable vendors, or if this will be a full and open competition. Additional information: Assume contract award no earlier than April 2021. The contemplated contract type is Indefinite-Delivery-Indefinite-Quantity.� The anticipated period of performance may span five (5) years to include a 12-month base period and four (4) 12-month option periods. The Government intends to assess all responses to this sources sought received by the due date and time provided in Section IX. � II. Background: NSWC PHD is the designated ISEA and Design Agent for the MPC. �The MPC is on all LCS Platforms, and utilized for conducting operation of Mission Packages. �The three (3) different Mission Packages are Anti-Submarine Warfare (ASW), Mine Countermeasure (MCM), and Surface Warfare (SUW). As the designated ISEA, NSWC PHD will lead an effort to modernize the MPCs.� The anticipated MPC required is approximately 217. �The MPC consists of a Frame, 2 Monitors (Mounted Vertically), Electronics Enclosure (Computer Hardware), Input/Output Panel, User Interface Panel (Bullnose, Keyboard, Trackpad), and Power Distribution. �NSWC PHD will be the Production Agent and conduct final assembly and testing of the MPCs at Government Facilities. In support of the effort the Government will need a vendor to procure and/or produce sub-assemblies, cable assemblies, commercial of the shelf (COTS) hardware (electronics, computer hardware, cables, adapters, etc.), and other accessories. �This will require the vendor to be able to create cables, frames (machining, cutting, bending, welding sheet metal, finish,� and apply protective coat), subassemblies to Technical Data Package (TDP) (using power and hand tools), and assembling electronics. �NSWC PHD will be create, manage, and own the TDP. III. Requirements The required effort will consist of: Procurement of COTS Hardware from authorized vendors Conduct quality control Ensure compliance to TDP COTS Items can include: Commercial cables Motherboards Processors Memory (ROM and RAM) Graphics Card Audio Equipment Video Equipment (tuners, scaler, and other) Displays (ruggedized and non-ruggedized) Comms Foot Switch Keyboard and Trackball (ruggedized and non-ruggedized) Electrical and Power Components (breakers, fuse, terminal blocks, filters, etc.) Other common/commercial computer equipment Production of assemblies/subassemblies Production of Frames and Structure Ensure compliance to TDP Conduct quality control Machining, cutting, bending, welding sheet metal, finishing, and apply protective coat Production of cable assemblies Creation of �kits Consists of: COTS items Non-COTS items Deliver/Ship to designated Government facilities of everything defined above First Article Test is required Technical Data:� (Not Separately Priced CLIN) IV. Response Objectives 1.� Your responses should detail your company's ability related to the capability and/or experience mentioned in Section III (above). �Company brochures and general information will not be reviewed/assessed.� The buying office requests specific responses regarding the requirements outlined in Section III and in the order provided. 2.� Company�s existing quality control (or standard operating procedure) and quality management system (ISO 9001:2008 standard) related to the capability and/or experience mentioned in Section III (above). 3.� Company�s teaming relationship (sub-vendors) related to the capability and/or experience mention in Section III (above). 5. Company�s capability of program management oversight and engineering support to ensure all work mention in Section III (above) is planned and executed in a manner that will achieve all management, quality, technical, logistics, cost, and schedule objectives. V. Response Format Instructions Adherence to the following guidance is requested: A. Page size should be 8.5 x 11; font type should be Times New Roman and text font size should be no smaller than 11 pt; font size within graphics and tables should be no smaller than 8 pt. Margins shall be one-inch on all sides. B. Submit an electronic copy in either a searchable PDF format or Microsoft Word format. VI. Response Classification All responses should be provided at an unclassified level. �If a respondent chooses to provide proprietary information, the respondents should indicate which paragraphs are proprietary if they wish for the responses to be handled as such. �It is the Respondent's responsibility to clearly mark and define to the Government what is considered proprietary data. VII. Small Business Considerations The North American Industry Classification System (NAICS) code is 334111. The Product Service Code (PSC) for this requirement is 5342. �Small Business companies with the capability to perform this requirement are encouraged to participate. VIII. Response Content All interested respondents who believe they have the capability to provide materials/supplies that meet NSWC PHD need shall submit a detailed Statement of Capability (SOC) to the Government response objectives (10-page maximum limitation). All responses should be on company letterhead. �Ensure the following is included in your SOC: 1. Company name 2. Your company's ownership and other relevant information 3. Personnel/Business size classification (Small/Large Business, HUB, veteran, etc.) 4. Mailing address and Cage Code 5. Point of Contact (POC) and telephone number 6. Detailed responses to the Sources Sought Response Objectives identified in Section IV. 7. Does your company currently have current or recent DoD manufacturing and/or assembly contracts? If yes, provide Contract # (and Task Order#). 8. The NAICS and PSC you believe best describes this effort/requirement. 9. Do you have a Government approved Accounting System, Purchasing System, and Quality Management System? (Yes or No).� All three categories must be addressed. IX. Response Due Date 1600 Pacific Standard Time, January 24, 2020. X. Submission Instructions Respondents shall submit an electronic copy in either searchable PDF format or Microsoft Word format, to the primary point of contact listed below.� � XI. Primary Point of Contact Brigitte Bryant Contracting Officer NSWC PHD brigitte.bryant@navy.mil Phone: (805) 228-7839 All communication associated with this Sources Sought shall be directed to the primary point of contact listed in this section. XII. Disclaimer and Notes This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation (Request for Proposal (RFP) or Request for Quotations) or a promise to issue a solicitation in the future. �This Sources Sought announcement does not obligate the Government to procure any supply or service. �The Government is not seeking proposals at this time. �Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this Sources Sought. �The Government will not assume liability for costs incurred by any attendee for travel expenses or marketing efforts. �All costs associated with responding to this Sources Sought will be solely at the responding party's expense. All information received in response to this Sources Sought that is marked PROPRIETARY will be handled accordingly. �The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. �Proprietary information will be safeguarded in accordance with the applicable DFARS/NMCARS. The Government will use industry responses to document market research. �The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. �The information provided may be used to develop a RFP. XIII. Continued Market Research Activities Planned and Timeline Draft RFP, issued on beta.SAM.gov: ��TBD Industry Day @ NSWC PHD: �TBD
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/265b97dc53e54868a6bada342f99e5f4/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN05522834-F 20191222/191220230154 (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.