Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SPECIAL NOTICE

A -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT- MOBILITY PLATFORM PROTOTYPING

Notice Date
3/10/2020 12:35:58 PM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016420SNB35
 
Response Due
4/1/2020 1:00:00 PM
 
Archive Date
04/16/2020
 
Point of Contact
JODEE COOL
 
E-Mail Address
jodee.cool@navy.mil
(jodee.cool@navy.mil)
 
Description
N0016420SNB35-REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT- MOBILITY PLATFORM PROTOTYPING - AS24-NAICS 541715 Issue Date: 10 March 2020 � Closing Date: 01 April 2020 � 4:00PM Eastern Standard Time Description 1.1� Naval Surface Warfare Center (NSWC), Crane Division in support of the United States Special Operations Command (USSOCOM) Family of Special Operations Vehicles (FOSOV) is seeking information/ sources as part of market research for the design, engineering, fabrication and testing of prototype components and systems for Department of Defense (DOD) vehicles and mobility platforms, such as, Ground Mobility Vehicle (GMV), Mine Resistant Ambush Protected (MRAP), Light All-Terrain Vehicle (LTATV), Joint Light Tactical Vehicle (JLTV), Non Standard Commercial Vehicle (NSCV), trailers and auxiliary power systems. 1.2� THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT ONLY. This RFI/Sources Sought is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI/Sources Sought does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI/Sources Sought; all costs associated with responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on https://beta.sam.gov/. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Background NSWC Crane, Mobility Systems Engineering Branch (JXWS) provides project oversight, engineering, and logistics for PM-FOSOV and US Marine Corps (USMC) mobility platforms across life cycle, from conceptual design development, and engineering field support. The scope of this effort shall include integrated prototypes, engineering development models (EDM) and low rate initial production (LRIP). To continually adapt to evolving warfare landscapes and mission scenarios, the Government is in the process of providing the best material solutions for new and legacy ground mobility vehicles utilized by Special Operation Forces (SOF). 2.1� NSWC Crane intends to award multiple, competitive, Indefinite Delivery, Indefinite-Quantity (IDIQ) Firm-Fixed Price (FFP) contracts. Over a five-year ordering period, the Government intends to predominantly utilize Research and Development (R&D) type of funding. This RFI/Sources Sought requests potential offerors to demonstrate technical knowledge, ability to perform all tasks within a specific technical area and prior experience performing work that is similar in nature, scope and complexity. No pricing will be set on the basic awards. Actual requirements will be competed at the delivery/task order level amongst the IDIQ MAC awardees IAW FAR 16.505(d).� The total maximum value of all competed requirements is not expected to exceed $74M. 2.2 Section 1.2 of DRAFT Statement of Work (SOW), which is attached, lists four (4) specific technology areas: Powertrain Performance Prototyping; Advanced Chassis, Body and Mobility Handling Prototyping; Mobility Testing Services; and General Prototype Fabrication and Integration. �Technology area 4, General Prototype Fabrication and Integration, is currently anticipated to be a small business set aside unless this additional market research reveals new information. �All other technology areas are expected to be competed as full and open competition. 2.3 The Government anticipates that interested parties may propose on a single technology area or multiple technology areas. 2.4 PSC/FSC listed above is the Government�s estimate of the primary PSC/FSC for individual delivery orders. Other PSC/FSC codes anticipated include AS23, K023, K025, K026, K028, K029, AJ43, AJ44, AD93 and AD94. 2.5 Due to limited availability of Government Furnished Property (GFP), for individual delivery orders the Government may not be able to provide each potential offeror GFP for their review for proposal purposes. Requested Information The Government is requesting that interested parties review attached DRAFT SOW and provide responses. Responses 4.1� Interested parties are requested to respond to this RFI/Sources Sought with a white paper. 4.2� All responses should be in PDF format and are due no later than 01 April 2020 - 4:00 PM Eastern Standard Time (EST). Responses shall be limited to six (6) pages for Sections 1 and 2 (described below), inclusive of picture or graphs, and submitted via email only to Jodee.cool@navy.mil. The subject line of the email should read as follows �Mobility Prototyping.� Any response received after this date may also be considered but may not be included in initial reporting or assessments. Companies are encouraged to attach any standard company literature or brochures that do not count against the page limitation.� 4.3� Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum. ��������������� 4.3.1 Company Name, mailing address, phone number, email of designated point of contact ��������������� 4.3.2 Cage Code 4.3.3 Business type � (Large, Small, Small disadvantaged business, etc.) based on North American Industry Classification System (NAICS) code 541715. 4.3.4 Is your company familiar with proposing in a Statement of Work format when given a Statement of Objectives by the Government? ��������������� 4.3.5 Is your company willing to propose Prototyping type work as a FFP type contract? ��������������� 4.3.6 What is your company�s standard delivery term � (FOB Destination or Origin)? ��������������� 4.3.7 Is your company familiar with invoicing/billing through Wide Area Work Flow (WAWF)? 4.3.8 Prior experience working with the Government. (as a Prime or Subcontractor, the Nature of the work, service/supply) 4.4 �Section 2 of the white paper shall address the following. ��������������� 4.4.1 Provide feedback/concerns on how the draft SOW is written. ��������������� 4.4.2 Provide feedback/concerns on technology areas in Section 1.2 of draft SOW. ��������������� 4.4.3 Which Technology area(s) would your company be willing to propose? 4.4.4 Is your company capable of performing all aspects of the individual technology area? If not which parts would you be able to support? 4.4.4.1 For the Government to assess capabilities, provide brief description of technical knowledge and experience with performing work that is similar in nature, scope and complexity for each technology area your company would be interested in proposing. 4.4.5 Provide brief description of familiarity and ability to perform the different tasking requirements listed in Section 3 of the attached draft SOW. 4.4.6 Describe current equipment, facilities, key personnel, certifications, access (or ownership) to testing facilities, chambers, courses/test tracks, software programs that apply to the different technology areas described in the draft SOW. 4.4.7 At the delivery order level, in competing individual requirements, would your company participate if the Government allowed for site visits to view GFP?� The Government will likely be restricted by size and availability of GFP; thus, will not be able to provide or deliver GFP for proposal purposes.� Would GFP not being available at the delivery order level prevent your company from proposing on individual delivery orders? Questions Questions or inquiries should be directed to Jodee Cool, Code 0233, telephone 812-854-5248, email Jodee.cool@navy.mil. Please reference the above RFI/Sources Sought number when responding to this notice. Summary THIS IS A REQUEST FOR INFORMATION (RFI)/ SOURCES SOUGHT ONLY to identify sources that can provide MOBILITY PROTOTYPING.� The information provided in the RFI/Sources Sought is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI/Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Contractors must be properly registered in the Government System for Award Management database (SAM) and in the Joint Certification Program (JCP) in order to download any potential solicitation and attachments, which may be issued. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://beta.sam.gov/. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1d64cc38841a46f6914b4c6a03aa47a2/view)
 
Record
SN05584041-F 20200312/200310230151 (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.