Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2021 SAM #7288
SOURCES SOUGHT

58 -- Hull Sensor Systems for DT-705A First Article and Production Sensor Assemblies

Notice Date
11/12/2021 8:01:28 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
N66604-22-R-0081
 
Response Due
11/29/2021 11:00:00 AM
 
Archive Date
12/14/2021
 
Point of Contact
Teresa Michael, Phone: 4018325434
 
E-Mail Address
teresa.michael@navy.mil
(teresa.michael@navy.mil)
 
Description
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to identify potential eligible small businesses capable of producing the items described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking to identify potential small business sources capable of designing, manufacturing, testing, packaging, and delivering DT-705A First Article and Production Sensor Assemblies that meet the performance requirements of the DT-705A Sensor Assembly Critical Item Performance Specification (CIPS).� The NAICS for this requirement is 334511 with a size standard of 1,250 employees.� The anticipated ordering period shall not exceed 5 years from the date of award, however, it is estimated that it could take up to 7 years to complete all orders. All interested small businesses are encouraged to submit a Capability Statement (no more than 5 pages in length, single spaced, 12 point font minimum) addressing at a minimum, the following: Section 1: Introduction.� Identify the Sources Sought Number and Title Section 2: Corporate Description.� Name of Company and address Contract number 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 requiring similar technical capability 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 manufacturing DT-705A First Article and Production Sensor Assemblies. Section 4.� Technical Response.� Provide a technical response that includes the following: Statement regarding capability to manufacture DT-705A Sensor Assemblies that meet the Critical Item Performance Specification (CIPS) requirements.� Specifically, potential offerors shall discuss its capability to meet the requirements for measuring and outputting conductivity, temperature, and pressure. Describe the expected delivery and throughput capability from contract award to delivery of first article and production DT-705A Sensor Assemblies. Describe the test facilities and equipment to which the potential offeror has access to in order to meet the procurement requirements.� Specifically, potential offerors shall discuss the capability to test conductivity, temperature, and pressure to the tolerances specified in the CIPS.� If the potential offeror does not own its facilities and equipment, the response shall include evidence that it will have a commitment or an arrangement to rent, purchase or otherwise acquire the needed facilities and equipment.� Section 5.� Applicable Compliances.� Provide a technical response that includes the following: National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 is applicable.� In order to be considered for an award, the Offeror shall have a current assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) (see 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html�� (1) The Offeror shall verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) for all covered contractor information systems relevant to the offer. (2) If the Offeror does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the Offeror may conduct and submit a Basic Assessment to mailto:webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) of this provision. Include a statement verifying that summary level scores of a current NIST SP 800-171 DoD Assessment are posted in SPRS or confirm willingness and capability to submit a Basic Assessment to SPRS. Attachment (1) DRAFT Statement of Work (SOW) Attachment (2) Critical Item Performance Specification (CIP) No. 53711-7333534L Attachment (3) Configuration Management Engineering Drawing Requirements No. 53711-00267RD, Rev C Attachment (4) Configuration Management Engineering Change Document No. 53711-00266MN, Rev A In order to receive the drawings/specifications/technical data package (TDP)/government furnished information (GFI), the company must be registered in the DOD Joint Certification Program (JCP). Once approved for the JCP the company will have access to the drawings through SAM.GOV. Registered users are required to log in to their SAM account and have an active registration with JCP to view and download copies of the material. You must be certified under the United States/Canada Joint Certification Program (JCP) (https://www.dlis.dla.mil/jcp/) to be granted access to the technical documentation, via SAM (https://sam.gov). Capability Statements must be submitted to Teresa Michael, Contracts Negotiator, at teresa.michael@navy.mil no later than 14:00 EDT on 11/29/2021. Questions or comments must be submitted by 14:00 EDT 11/18/2021.� All interested small businesses are encouraged to respond. Absolutely no requests for extensions will be honored.� Late responses will not be considered. The results of this Sources Sought will be used to determine if a Small Business Set-Aside opportunity exists.� After review of the submitted Sources Sought, NUWCDIVNPT will release a Pre-Solicitation Synopsis which will identify the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business) prior to release of the final RFP.� It is anticipated that the RFP will be posted in February 2022, with contract award in November 2022.� DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL (RFP).� THIS DOES NOT CONSTITUTE A SOLICITATION 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 ANNOUNCEMENT.� 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/311aff786230449d9c39f79fcf514417/view)
 
Record
SN06176192-F 20211114/211112230111 (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.