Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2022 SAM #7420
SOURCES SOUGHT

A -- Thermal Protection System (TPS) GROUND TESTING

Notice Date
3/23/2022 7:08:09 AM
 
Notice Type
Sources Sought
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017822Q4405
 
Response Due
4/4/2022 9:00:00 AM
 
Archive Date
04/23/2022
 
Point of Contact
Tim Kawamoto, Phone: 540-284-0149, Daniel Belcher, Phone: 540-834-7003
 
E-Mail Address
timothy.c.kawamoto.civ@us.navy.mil, daniel.c.belcher3.civ@us.navy.mil
(timothy.c.kawamoto.civ@us.navy.mil, daniel.c.belcher3.civ@us.navy.mil)
 
Description
This Sources Sought is being posted to the System for Award Management (SAM) page located at https://www.sam.gov. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to issue a solicitation for a sole source, follow-on, Cost-Plus-Fixed-Fee (CPFF), Level of Effort contract with Southern Research Institute (SR) to perform thermo-mechanical and aero-thermal ground testing of Thermal Protection System (TPS) materials in ballistic reentry and reentry-like environments, and fabrication of flight hardware for the Submarine Launched Ballistic Missile (SLBM) reentry systems work of the Naval Surface Warfare Center, Dahlgren Division�s Reentry Systems Office, A06.� This effort is intended to test reentry materials for the United States (US) and the United Kingdom (UK). A draft Statement of Work (SOW) is attached to this notice. This requirement will be solicited in accordance with the authority of 10 U.S. C 2304 (c) (1) and FAR Part 6.302-1(a)(2)(iii), �Only One Responsible Source�.� The support is currently being provided to the Navy under contract N00178-18-C-4004 by SR, 2000 9th Avenue S, Birmingham, Alabama 35205-2708. SR is the only known contractor who has the specialized, unique test hardware and capability to thermo-mechanically characterize advanced reentry materials to temperatures of 5500F and to aero-thermally test materials/subcomponents in the high heat flux/shear environments characteristic of ballistic reentry environments.� SR continues to be the only facility testing at the temperatures and heat flux ranges of interest for Navy ballistic reentry environments.� Under this requirement, new test results must be compared with previous test results.� New tests of materials must be performed in a like manner, using the same unique facilities, equipment, and technical expertise as was used in the previous tests.� Due to the complexity of the tests and the need for consistency between tests, it is essential that SR perform the work. The contract will include a one year base period and four one year option periods.� The period of performance is anticipated to be for a total length of sixty (60) months, if all options are exercised. Responsible sources may identify their interest and capability which shall be considered by the agency. Any submission of a capability statement for consideration by the Government shall not exceed a total of 15 pages in length with font size 10 or greater describing their ability to fulfill all or portions of the requirement.� Capability statements shall include the following: (1) Sources Sought announcement number you are responding to and a description of the Offeror's capabilities relating specifically to the attached draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support; (2) A company profile including the DUNS number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business). (3) The specific qualifications, capabilities, and experience of the Contractor's personnel available to support this effort, including the personnel's security clearance level. Identify whether individuals are employees of the Offeror or of a planned team member (Sub-contractor) and identify the planned team member; (4) Specific past performance on same or similar scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (5) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier subcontractor, including an independent contractor, which has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. If �similarly situated entity� subcontracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� subcontracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14 Limitations on Subcontracting (SEP 2021), can be met for each contracting period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will not count toward the 50 percent subcontract amount that cannot be exceeded. No telephone responses will be accepted. Responses must be received no later than 2:00PM EST on 12 April 2022 via e-mail to timothy.c.kawamoto.civ@us.navy.mil and Daniel.c.belcher3.civ@us.navy.mil.� Responses should reference N00178-22-Q-4405. This notice is NOT a request for competitive proposals.�� A determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government.�� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� This notice is a Sources Sought and does not constitute a Request for Proposal (RFP) and it is not a commitment by the U.S. Navy to procure the subject services. Firms interested in subcontracting opportunities should contact Southern Research Institute directly.� It is anticipated that the solicitation will be issued on or around 28 October 2022 and will be open for at least 30 days.� Contract award is anticipated approximately around 1 June 2023.� Any questions regarding this Sources Sought should be addressed to the Contract Specialist, Tim Kawamoto, at timothy.c.kawamoto.civ@us.navy.mil or the Contracting Officer, Daniel Belcher, at daniel.c.belcher3.civ@us.navy.mil. ATTACHMENTS: 1) Draft SOW Note: THIS SOURCES SOUGHT REQUEST IS NOT A REQUEST FOR PROPOSAL. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to the Sources Sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/76a47ac842ac49b183c5301f4bf4864c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06277097-F 20220325/220324211509 (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.