Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SPECIAL NOTICE

A -- REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT� TESTING OF WEAPON SYSTEMS AND OPERATIONS OF UNDERWATER LAUNCH TEST FACILITY (ULTF)

Notice Date
3/25/2020 2:08:13 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
N0016420SNB45
 
Response Due
4/13/2020 11:00:00 AM
 
Archive Date
05/28/2020
 
Point of Contact
Danielle Julian-Klier, Phone: 8128544929
 
E-Mail Address
danielle.julian-klie@navy.mil
(danielle.julian-klie@navy.mil)
 
Description
N00164-20-S-NB45 � REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT� TESTING OF WEAPON SYSTEMS AND OPERATIONS OF UNDERWATER LAUNCH TEST FACILITY (ULTF) PSC � AC51 NAICS 541715 Issue Date: 25 MARCH 2020 Closing Date: 13 APRIL 2020 This solicitation is being posted to both the BETA.SAM page located at https://www.sam.gov. BETA.SAM is the single point of entry for posting of synopsis and�solicitations to the internet. REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance,�and Information (PGI) 206.302-1, the Government is issuing this RFI/sources sought�announcement as part of market research.��The Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information for�market research purposes to acquire site activation, test and evaluation, and sustainment in�support of the Underwater Launch Test Facility (ULTF) Program for prototype testing and�qualification of a launcher subsystem with respect to overall Weapons System. The tasking�contemplated for this contract will be executed in a Government-Owned Contractor-Operated�facility, located at NSWC Crane, IN and provides for Engineering and Technical Services for the�operation of the ULTF. Campus Infrastructure includes Water Treatment, Operational Support�Building, Warehouse, Mechanical and Engineering (M&E) Building, Laydown Areas, Crane�Travel Way, and Launch Pit. Tasking shall include site-activation, test and evaluation, and�support to enable fielding or deployment. Specific tasking shall include maintaining the Test�Payload Tube; Control and Data Acquisition System; Launch Test Stand, Launch Test Vehicle;�Cross Flow Simulator, Underwater Vehicle Arrestment System and the Launch Reaction Stand�Enclosure. Additional tasking shall include, providing maintenance, modification and repairs to�special test equipment; develop and update maintenance, test plans and other documentation�for the ULTF during the period of performance of this requirement. The Government is�accepting information regarding capabilities from companies potentially capable of meeting� the�requirements as described above. Please provide information of performance on other�Government contracts with similar efforts. NSWC Crane intends to award a contract on a sole-source basis to Jacobs Technology Inc.�(1030 Titan Court Ste. 200, Fort Walton Beach, FL 32547). The basis for restricting�competition is because the Government does not possess the capability, design knowledge, experience and process data adequate to allow for full and open competition. Based upon their�unique building design, support equipment design, weapons testing system knowledge and�experience, Jacobs Technology Inc. is the only contractor possessing the capability to provide�the required supplies/services to meet mission requirements without significant duplicative costs�and time delays to the Government, which would not be recouped through a competitive contract action. The contract will be awarded pursuant to 10 U.S.C.2304(c)(1) and the Federal Acquisition�Regulations 6.302-1, only one responsible source and no other type of supplies or services will�satisfy agency requirements. The purpose of this RFI is to solicit information regarding capabilities from companies potentially�capable of meeting the requirements as described above. In addition, interested parties will�need to show competency in performing the functions normally associated with running a�Government-Owned, Contractor-Operated type environment in a cost efficient manner�throughout the life of the contract. Background: The Navy has been tasked with developing, testing and fielding a new Weapons System. The�purpose of the ULTF is to provide risk reduction to the overall weapon system by conducting�experimental and developmental underwater launch testing and qualification testing to support�deployment of the new weapon system. The ULTF will not only aide in the conceptual design to�support a new weapons system, through qualification of hardware, various components and�systems, but will also provide risk mitigation for the testing of the new weapons system. Requested Information: Interested parties are requested to provide the information that identifies its capability to provide�the support described herein. Interested parties are strongly encouraged to submit company and product literature, and a white paper no longer than 20 pages. Interested parties must be properly registered in the System for Award Management (SAM) and�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. Responses: Written responses shall be submitted via e-mail to the point of contact listed below by the�closing date. NSWC Crane, Ms. Danielle Julian-Klier � Code 0232 Crane, Indiana 47522 danielle.julian-klie@navy.mil Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms�responding should indicate if they are a small business, a socially and economically�disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, nine (9) digit Zip Code Point of Contact (POC) POC Telephone and DUNS number CAGE Code Announcement Number: N00164-20-S-NB45 This Request for Information (RFI) is the initiation of market research under Part 10 of the�Federal Acquisition Regulation (FAR). This announcement 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. Responses to this notice cannot be accepted as offers. The U. S. 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. Nothing in this announcement constitutes an obligation on the part of the U.S.�Government, nor is the Government tasking any offeror to develop any technologies described�herein. All interested parties should provide the requested information regarding this announcement no�later than 1400 EDT on or before the closing date as specified at the beginning of this�announcement, at the Naval Surface Warfare Center, Crane Division. Responses may be submitted any time prior to expiration of this announcement. Responses received after 1400�EDT on the closing date may not be considered in the government's analyses. All information marked as proprietary information will be safeguarded to prevent disclosures to�non-government personnel and entities. Your interest in the response is appreciated. All changes that occur prior to the closing date will be posted to the Beta.SAM website�https://www.sam.gov. Please reference Announcement Number: N00164-20-S-NB45 in all your correspondence.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53219bb3dedc4545895f22eb9fb9ef75/view)
 
Record
SN05599596-F 20200327/200325230139 (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  © 1994-2020, Loren Data Corp.