Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2020 SAM #6664
SPECIAL NOTICE

16 -- SOURCES SOUGHT � MACHINING AND FABRICATION OF BUILD-TO-PRINT AEIRCM SYSTEM COMPONENTS. THE PRINCIPLE SYSTEMS INCLUDE AN/ALE-47, AN/ALE-48, AND OTHER AEIRCM SYSTEMS

Notice Date
2/25/2020 7:48:42 AM
 
Notice Type
Special Notice
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522 USA
 
ZIP Code
47522
 
Solicitation Number
N0016420SNB32
 
Response Due
3/25/2020 11:00:00 AM
 
Archive Date
04/09/2020
 
Point of Contact
Sydney Kail, Phone: 8128542446, Jason Pridemore, Phone: (812) 854-3611
 
E-Mail Address
sydney.kail@navy.mil, Jason.pridemore@navy.mil
(sydney.kail@navy.mil, Jason.pridemore@navy.mil)
 
Description
N00164-20-S-NB32 � SOURCES SOUGHT � MACHINING AND FABRICATION OF BUILD-TO-PRINT AEIRCM SYSTEM COMPONENTS. THE PRINCIPLE SYSTEMS INCLUDE AN/ALE-47, AN/ALE-48, AND OTHER AEIRCM SYSTEMS � FSC 1680 � naics 332510 Issue Date 25 February 2020 � Closing Date 25 March 2020 This Sources Sought is being posted to Beta SAM page located at https://beta.sam.gov/. Beta SAM is the single point of entry for posting of synopsis and solicitations to the internet.� Please feel free to use the Beta SAM site to access information posted by Naval Surface Warfare Center (NSWC) Crane. NSWC Crane anticipates an upcoming requirement for the machining and fabrication of build-to-print air expendable infrared countermeasures (AEIRCM) system machined components. The principle systems include, AN/ALE-47, AN/ALE-48, and other AEIRCM systems. The drawings for the most common procured AN/ALE-47 component part numbers can be found in the controlled attached document titled Common Part Number Drawings. Quantities will vary with each Delivery Order. Please reference the enclosed DRAFT Statement of Work (SOW) for more information. Interested parties are strongly encouraged to submit an initial synopsis due 25 March 2020 (commonly referred to as white paper). �This white paper should not exceed 10 pages, with an executive summary (short paragraph) on the effort and may include digital copies of product brochures, spec sheets, or other technical documents. The white paper ideally addresses numbers (1) - (4) listed below: It is anticipated that two Samples will be required as part of the response to the solicitation. The anticipated solicitation issue date is mid-April 2020. (2) Two Samples (P/N: 3268AS131 and P/N: 3268AS133) will be required to be delivered with the proposal. It is anticipated the proposal will be due in May 2020. �If this is not possible, a recommended delivery of the two Samples is requested. The drawings for the Sample items can be found in the controlled attachment document titled Sample Part Number Drawings.� (3) Provide specific comments or concerns by SOW paragraph number, as applicable; indicate areas of the SOW that would prohibit submission of a proposal. (4) Provide Production Lead Time and Quantity of initial delivery; Delivery Quantity of units per month thereafter, and suggested quantity break points. Contractors must be properly registered in the Government System for Award Management database (SAM).� Contactors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. Contractors must be properly registered in the Joint Certification Program (JCP) in order to receive the controlled attachments. Contractors may obtain information on JCP via the Internet at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.� The controlled attachments will be posted to Beta SAM at the same time the RFI/sources sought announcement is posted.� All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.� Your interest in this response is appreciated.� Questions and electronic submissions regarding this announcement may be directed to the technical point of contact for this effort, Mr. Jason Pridemore, Jason.pridemore@navy.mil, or at (812) 854-3611 and the Contracting POC Ms. Sydney Kail, Sydney.kail@navy.mil. Please refer to announcement number N00164-20-S-NB32 in all correspondence and communication. This is a Sources Sought Synopsis announcement; market survey for information only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.� The Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. The Government does own the full technical data package. The Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement.� All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities.� Your interest in this response is appreciated. All interested parties are encouraged to submit above information for the Government(s) review by 2:00 PM Eastern Daylight Time on 25 March 2020. UNCLASSIFIED responses to this Sources Sought shall be submitted as described above. CLASSIFIED responses shall be coordinated with Jason Pridemore, (812) 854-3611, prior to submission.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3091af047b4d4ceab22398528b5e77c5/view)
 
Record
SN05571559-F 20200227/200225230137 (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.