Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

59 -- Vertical Launching System (VLS) Launch Sequencer (LSEQ) MK 5 Mod 2

Notice Date
4/1/2020 10:12:44 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339420R0020
 
Response Due
4/8/2020 9:00:00 AM
 
Archive Date
04/23/2020
 
Point of Contact
Terren Jo, Nayneet Kaur, Phone: 8052288287
 
E-Mail Address
terren.jo@navy.mil, nayneet.kaur@navy.mil
(terren.jo@navy.mil, nayneet.kaur@navy.mil)
 
Description
This is a Request for Information (RFI) as defined in FAR 15.201 (e). Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement for the manufacture, assembly, test and delivery of Vertical Launching System (VLS) Launch Sequencer (LSEQ), Maintenance Assistance Module (MAM) kit, Onboard Repair Part (OBRP) kit, Installation and Checkout (INCO) spares kit, Depot spares kit, and Lowest Replaceable Unit (LRU) kit. This RFI is issued for informational and planning purposes only and does not constitute an Invitation for Bid, Request for Quote, or Request for Proposal. This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Responses to this RFI may be used to determine Small Business set-aside opportunities. All Small Business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 334519 Other Measuring and Controlling Device Manufacturing. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50% of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the concern. Interested parties shall address the following in their RFI submissions: 1. COMPANY INFORMATION (a) Company name, address, Data Universal Number System (DUNS) number, and Commercial and Government Entity (CAGE) code. (b) Company designated representative name(s) and point(s) of contact, including phone number and email address. (c) Company size status under the applicable NAICS (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.). 2. CAPABILITY STATEMENT Interested parties shall submit a Capability Statement that succinctly addresses the following items to demonstrate the contractor's capability to perform the requirements of the attached draft Statement of Work (SOW): (a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the draft SOW; (b) The contractor's technical ability, or potential approach to achieving technical ability, to perform the requirement. For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, at least 50% of the cost of the contract incurred for manufacturing the supplies, not including the cost of materials; and (c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the draft SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. (d) The contractor's certification, or potential approach to achieving certification, for International Organization for Standardization (ISO) 9001:2015, 2008 or AS9100D. Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability. 3. FEEDBACK/QUESTIONS (a) Feedback and questions regarding the feasibility or challenges to perform the work described. RFI responses are limited to no more than 20 pages (8.5 X 11 inch) and 10-point Times New Roman font. Please email responses or questions regarding this requirement to the Contract Specialist, Terren Jo (terren.jo@navy.mil) with copy to the Contracting Officer, Nayneet Kaur (nayneet.kaur@navy.mil). NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the RFI. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/17a15bbedb5a46aab743b4415fda057e/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN05607777-F 20200403/200401230148 (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.