SPECIAL NOTICE
99 -- Sources Sought Notice / Request for Information (RFI) DOME, OPTICAL NSN: 1HM 1420 011804521 MG
- Notice Date
- 2/28/2022 11:29:40 AM
- Notice Type
- Special Notice
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010422RQA24
- Archive Date
- 03/16/2022
- E-Mail Address
-
justin.long6@navy.mil
(justin.long6@navy.mil)
- Description
- 1. This announcement is a Sources Sought Notice / Request for Information (RFI) only and is being issued solely for market research and planning purposes and does not constitute a solicitation. Responses must be in writing. In addition to facilitating appropriate acquisition decisions, the U.S. Government hopes to gain knowledge of the interest and capability of small business concerns. THIS IS NOT A REQUEST FOR PROPOSALS AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THE BID SAMPLE SHALL NOT BE SUBMITTED AS PART OF THE VENDORS RESPONSE TO THIS REQUEST. 2. Interested and capable vendors should respond to this notice by emailing the following information/responses to the contact point(s) in the betaSAM (or NECO) announcement. 3. General Information a. Company name and address b. Point of contact, with email and phone number. c. CAGE code and DUNS number. d. Type of small business, if applicable, (e.g., small business, 8(a) participant, HUBZone small business concern, service-disabled veteran-owned small business concern, economically disadvantaged women-owned small business (EDWOSB) concern, or women-owned small business (WOSB) concern eligible under the WOSB Program). e. Is your company considered small under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code? f. A capability statement that addresses the vendors qualifications and ability to perform as a contractor specifically for the work described below. In particular, respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the vendors experience providing the same or similar supplies/services to that described below. g. Information to help determine if the requirement for DOME, OPTICAL is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. h. Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? i. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). j. If you are a small business and an authorized distributor/reseller for the identified item (or an equivalent solution), do you alter, assemble, and/or modify the item requested in any way? If so, state how and what is altered, assembled, and/or modified? 4. Item Description a. Basic description NSN 1HM 1420 011804521 MG; ITEM NAME DOME, OPTICAL. b. Key Factors and Identifiers Capability to produce optical quality polycrystalline magnesium fluoride, (MgF2). Produce element in accordance with MIL-F-48616 Edge chips shall not exceed .015 of an inch intrusion beyond break edge and maximum chip shall not exceed .030 of an inch across the greatest dimension. Spherical surface shall be concentric with each other such that thickness of dome window as measured at any arbitrary position shall not vary more than .002 of an inch. Transmittance across the dome shall not vary more than plus or minus 2 percent. Inclusions shall not exceed .1 of an inch in any direction and shall not exceed .0003 of an inch in area. Ability to perform thermal shock from 97 degrees C to 21 degrees C and from -196 degrees C to 21 degrees C and inspect for external stress cracking or optical surface damage. c. Bid Samples As part of the technical evaluation, offerors must submit 32 Bid Samples. (Note All associated manufacturing and shipping cost are borne by the contractor.) The Bid samples will be reviewed in accordance with technical specification identified in the drawings and TDP. 100 percent PLT of all Key Factors and Identifiers listed above except thermal shock which shall be sampled in accordance with ANSI/ASQZ1.4, Level II, Single sampling plan, AQL 1.0 except maximum lot size shall be 280. d. Objective The pursuit of this requirement is a 5 Year, Multiple award IDIQ procurement contract. The estimated demand is 404 units per year. The manufacturing of NSN 1HM 1420 011804521 MG; ITEM NAME DOME, OPTICAL will be IAW the attached TDP. e. Security Note Certain documents pertaining to this item are classified. The seller must be cleared to receive these classified documents. A DD form 254 is required. Vendors require access to Confidential National Security Information. 639AS3113 is classified. Classification is Confidential. For all interested vendors, a DD254 must be submitted and approved prior to any bids. Any prior DD254s for other requirements/agencies are not applicable for this requirement. If you are interested please contact please contact Justin Long and Christopher Weidensaul via email at Justin.long6@navy.mil and christopher.m.weidensaul.civ@us.navy.mil, to initiate the DD254 process and submission. 5. Specific Questions The Government has the following specific, directed, questions for this requirement 1. Does your company currently offer or able to produce a product which meets the requirements of NSN 1HM 1420 011804521 MG? a. Are you able to provide copies of the test reports, qualification reports or certification data indicating your products meets these requirements? b. Are you able to provide references of Government contracts (and points of contact) where you have provided items which meet these requirements? c. Are you able to provide 32 assets of your product to the Government, as a Bid Sample, of which 29 will be returned, regardless of condition after a determination has been made regarding the best value offeror? d. Is your product of a type commonly sold in the commercial marketplace without modifications? 2. What is your manufacturing capability and capacity (i.e. how long would it take to manufacture a Optical Domes that meets the governments specification, how many Optical Domes can be produced per month, etc.)? 3. Is there any other pertinent information the Government may need in in creating the resulting solicitation(s). Some examples of pertinent information may be considerations for contract types, considerations of specific terms and conditions, factors affecting manufacturing lead time, factors that significantly affect price, or factors that pose significant technical, quality or delivery schedule risk. This notice is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotations. 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, nor do they affect a potential offerors ability to respond to any future synopsis/solicitation, which may or may not follow or restrict the U.S. Governments eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. THE GOVERNMENT WILL NOT REIMBURSE ANY FIRM FOR PROVIDING A REPSONSE TO THIS ANNOUNCEMENT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/380615af7fdd428b9511c2a5693564e7/view)
- Record
- SN06252241-F 20220302/220228230058 (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 |