SOURCES SOUGHT
58 -- TB-29C Hydrophone
- Notice Date
- 6/26/2020 6:50:19 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002420R6126
- Response Due
- 7/27/2020 1:00:00 PM
- Archive Date
- 08/11/2020
- Point of Contact
- Edward Pollack, Phone: 2027813183, Danielle Tyler, Phone: 2027810828
- E-Mail Address
-
edward.pollack@navy.mil, danielle.tyler1@navy.mil
(edward.pollack@navy.mil, danielle.tyler1@navy.mil)
- Description
- FAR Part 10 requires the Government to conduct market research before developing new solicitation requirements for an acquisition program. Results of market research are used to determine whether qualified sources exist and to obtain industry comments and information on future procurements. The Government is conducting additional market research in accordance with FAR Part 10 to determine whether two or more business sources possess the requisite capabilities to successfully perform the requirement to manufacture, assemble, test, package, and deliver TB-29C Hydrophone Channel Assemblies. Description THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The Naval Sea Systems Command (NAVSEA) seeks to obtain a list of interested candidates to provide proposed manufacturing capability and technical solutions to address the Submarine Fleet�s requirement for reliable Hydrophone Channel Assemblies. If a Request for Proposal (RFP) is issued, it would be a performance-based contract that is awarded for the manufacture, assembly, testing, packaging, and delivery of TB-29C Hydrophone Channel Assemblies. The Hydrophone Channel assemblies shall be compatible with the existing, fielded, TB-29C array modules. The respondents shall describe any specialized test facilities that will be required for environmental testing, and whether the facilities are leased or owned. The respondents must have a facility security clearance issued by the Defense Security Service at the SECRET Level. The following system requirements are applicable: TB-29C PERFORMANCE: The TB-29C array hydrophone channel assemblies, when integrated into Acoustic Modules, are required to perform in the operational conditions associated with Submarine combatants. Performance requirements are specified in the NUWC-NPT Technical Document 12,051, �Performance Specification for the TB-29X Thinline Towed Array document� dated 15 January 2015. All hydrophone channel assemblies shall be fully interchangeable with those in existing, fielded, TB-29C modules. SCHEDULE: If solicited, NAVSEA will be interested in a production contract for TB-29C Thin Line Hydrophone Channel Assemblies to achieve the Submarine Fleet�s inventory objective expeditiously. To evaluate this attribute, the Navy will consider the vendor�s approach to production planning including material lead time, personnel, facilities, and the use of matured work processes and components. General system requirements will be available only to those companies with a validated security clearance at a minimum SECRET clearance level. To attain validation of security clearance, prospective respondents must submit a written request to Edward Pollack at edward.pollack@navy.mil , and Danielle Tyler at danielle.tyler1@navy.mil. The controlled documents may only be provided to prospective respondents following approval by the NAVSEA Office of Security Programs and the Contracting Officer, and after approval is granted the documents will be mailed to the respondent. The written request must include: Company Name and Address; CAGE Code; Point of Contact Name, Email, and Phone; Level of Facility Clearance/ Level of Storage Capability; Facility Security Officer Name, Email, and Phone; Classified Mailing Address; Classified Mailing POC Name, Email, and Phone. Interested sources are requested to provide proposed manufacturing plans and technical solutions not to exceed five (5) pages (�8� x 11�) and 12pt. font with one-inch boarders. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company Name, Address, Point of Contact, Phone Number, and E-mail address. Submission shall address the following: A description/matrix of how the respondent�s hydrophone channel assemblies meet the government�s requirements. Each requirement above will be listed in order, with a written response detailing how the proposed unit performs against the stated requirements using the format provided. Supporting rationale/data to be provided as an annex. Detailed descriptions of candidate hydrophone channel assemblies to include drawings, pictures, brochures, etc., that will convey the operating principles, as well as general and specific system capabilities behind the submissions. Production capacity estimate for the units. Provide an estimate of maximum available monthly production capacity. This capacity should be above and beyond any current production orders or current sales and should be able to be met without the introduction of new facilities. If new facilities are planned or required, state so. Descriptions of any past or current contracts whose deliverables are similar to those covered in this announcement, either whole or in part. Please include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. A respondent's capability package should clearly indicate whether they are a large business, small business, or a small disadvantaged business. Interested respondents should submit the information annotated above via email, on or before 27 July 2020 by 1600PM EST. Information submitted should be sent to Edward Pollack and Danielle Tyler at the aforementioned email address. Electronic responses should be sent unclassified. The Government does not commit to providing a response to any comment or questions submitted in response to this source sought notice or information provided as a result of this source sought notice. Any information submitted by respondents as a result of this sources sought notices is strictly voluntary. All documentation shall become the property of the Government. This sources sought notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. The Government is not soliciting, nor will it accept proposals as a result of this sources sought notice. This sources sought notice is a market research tool being used to determine the existence of qualified and experienced sources. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later via beta.SAM.gov and all interested parties must respond to that solicitation announcement separately from the response to this sources sought notice. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCE SOUGHT NOTICE. Point of Contact Primary: edward.pollack@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8acedc39048441d89d3f84f35c29f06b/view)
- Record
- SN05705234-F 20200628/200626230153 (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 |