Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2021 SAM #7112
SOURCES SOUGHT

59 -- Low Radar Cross Section (LRCS) Mast Units

Notice Date
5/20/2021 11:47:53 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660421Q0030
 
Response Due
5/28/2021 11:00:00 AM
 
Archive Date
06/12/2021
 
Point of Contact
Justin G. Monti, Phone: 4018326788
 
E-Mail Address
justin.g.monti@navy.mil
(justin.g.monti@navy.mil)
 
Description
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is conducting market research to identify potential sources interested and capable of providing four (4) Low Radar Cross Section (LRCS) Mast Units,�in accordance with the attached Drawing and Specification.� THIS REQUEST FOR INFORMATION IS NOT A REQUEST FOR PROPOSAL. NUWCDIVNPT is seeking information for potential small business sources that possess the technical capability to manufacture four (4) LRCS�Mast Units. The NAICS Code for this requirement is 334511, with a size standard of 1,250 employees, and the Product Supply Code (PSC) is 5985. A full quotation will not be required until the Request for Quote (RFQ) has been released. Place of Delivery: These four (4) LRCS�Mast Units�will be delivered to NUWCDIVNPT, with address to be provided at the time of RFQ release. It is requested that interested small businesses respond with a brief capabilities statement package (no more than 4 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the LRCS�Mast Units, in accordance with the attached Drawing and Specification, to Justin Monti, at justin.g.monti@navy.mil, by 14:00 EDT on 05/28/2021. Questions or comments must be submitted by 14:00 EDT 05/26/2021. Late responses will not be considered. The Capability Statement must address, at a minimum, the following: Section 1: Introduction.�Identify the Request for Information Number and Title Section 2: Corporate Description. - Name of Company and address; - Confirmation of Company size status under NAICS Code 334511; - Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-� � Owned Business; - Two points of contact, including: Name, title, phone, and e-mail address; - CAGE Code and DUNS Number Section 3. Past/Current Performance.�Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including: contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the attached Drawing and Specification. Section 4. Technical Response.�Provide a detailed technical response that addresses items 1-7 below. The Technical Response must detail the: 1. Respondent�s capacity and ability to produce the LRCS�Mast Units�in accordance with the attached Drawing and Specification. 2. Respondent�s ability to model or design the LRCS�Mast Units�to meet the requirements set forth in the Drawing and Specification. 3. Respondent�s ability to deliver the LRCS�Mast Units�in a timely manner upon contract award, and estimated lead time to manufacture the LRCS�Mast Units�in the attached Drawing and Specification. This response may include a project timeline with milestones identified by the Respondent. 4. Respondent�s ability to provide units for First Article Testing, if required. 5. Respondent�s ability to accomplish testing of the LRCS�Mast Units�to show compliance with requirements set forth in the Drawing and Specification, and ability to meet testing request deliverables. This response may include specifics such as testing equipment, facilities, testing setup, and description of special tooling or equipment that may need to be developed in support of this effort. 6. Respondent�s ability to provide quality assurance throughout internal processes to ensure a quality product is received upon delivery. This response may include related process-oriented certifications and specific production related quality processes. 7. Respondent�s production throughput capability. This response shall include the Respondent�s consideration of all currently held company production contracts and how the Respondent would plan to integrate additional Government throughput requirements into its productions capacity. As a reminder, it is anticipated that this effort will result in four (4) LRCS�Mast Units�total. Attachment (1) - Distribution D Drawing #50225/05054005 Attachment (2)� - Distribution D Specification #07033157 Distribution D Drawing #50225/05054005 and Distribution D Specification� #07033157 are available upon request, with restricted access. In order to�obtain access, companies must be registered and have an active account in the�Joint Certification Program (JCP). Requests for these items must be made by�the individual listed in JCP and can be sent to Justin Monti at Justin.g.monti@navy.mil. Upon request, access to Distribution D Drawing #50225/05054005 and Distribution D Specification #07033157 will be provided via DOD safe to companies with an active account in the JCP. DISCLAIMER THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS DOES NOT CONSTITUTE ASOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY. .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da3a3ef889e74b35b058d18815c0e2b0/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN06009256-F 20210522/210521201534 (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.