Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOURCES SOUGHT

58 -- Next Generation Gertrude

Notice Date
6/24/2022 8:24:14 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N00253-22-R-NGG-SS
 
Response Due
6/9/2022 3:00:00 PM
 
Archive Date
06/30/2022
 
Point of Contact
Stacy Noble, Phone: 3603158918, Melissa Skelley
 
E-Mail Address
stacy.e.noble.civ@us.navy.mil, melissa.n.skelley.civ@us.navy.mil
(stacy.e.noble.civ@us.navy.mil, melissa.n.skelley.civ@us.navy.mil)
 
Description
This posting is related to the Sources Sought Synopsis N0025319R0016_rev1 The Naval Undersea Warfare Center (NUWC) Division Keyport is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to perform this requirement. This requirement is to source a functional replacement for the U.S. Navy�s AN/WQC-2A Underwater Communications system capable of supporting new construction installations and back-fit alterations on DDG 51 and FFG(X) class ships.� The AN/WQC-2A Sonar Communication Set has been in service for over 35 years and is one of the Navy�s in-service SONAR underwater communication system utilized by surface ships, submarines, and coastal based shore installations.� It requires replacement with a commercially available or purpose built product capable of providing Navy combatants with underwater communications between surface and submarine platforms.� The Next Generation Gertrude (NGG) Underwater Communicator will be a stand-alone system capable of replacing currently installed AN/WQC-2A systems on CRUDES platforms and supporting installation on NEWCON vessels.� To accomplish this, NGG will utilize existing program of record transducers and established electronic interfaces necessary to transmit and receive single-sideband modulated voice, audio, and continuous wave signals acoustically through the water medium.� NGG will be a STANAG�1074 compliant system capable of communication with other STANAG 1074 compliant underwater communicators currently in use by U.S. Naval forces (e.g. AN/WQC-2A). To request access to the draft SOW attachment, you must be Joint Certification Program (JCP) certified and provide your company's CAGE code to stacy.e.noble.civ@us.navy.mil or melissa.n.skelley.civ@us.navy.mil. The result of this market research will contribute to determining the acquisition plan and the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334511. There is no solicitation at this time. This sources sought does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� If your organization has the potential capacity to perform this requirement, please provide the following information: Company name Point of contact name Mailing address Email address Website address Phone number SAM Unique Entity Identifier (UEI) number CAGE code Whether the organization is Joint Certification Program (JCP) Certified If your company is a small business as defined by the Small Business Administration and under what NAICS code If your company has a satisfactory performance record for the type of work required by providing examples of relevant and recent (within three years) past performance. Please provide a tailored capability statement addressing the particulars of this effort. Interested parties are invited to answer the following questions: Can your company provide this product as a commercial product? What level of modification of a commercial product is necessary to meet the government�s requirement?� Please briefly describe the necessary modifications.� Does the modification of the commercial product still meet the FAR 2.101 definition of a commercial product? ���������� Commercial product�means� �����������(1)�A product, other than real property, that is of a type customarily used by the general public or by ��������������� nongovernmental entities for purposes other than governmental purposes, and� ����������������(i)�Has been sold, leased, or licensed to the general public; or ����������������(ii)�Has been offered for sale, lease, or license to the general public; �����������(2)�A product that evolved from a product described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a Government�solicitation; �����������(3)�A product that would satisfy a criterion expressed in paragraph (1) or (2) of this definition, except for- ����������������(i)�Modifications of a type customarily available in the commercial marketplace; or ����������������(ii)�Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. �Minor modifications� means modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or�component, or change the purpose of a process. Factors to be considered in determining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages�may�be used as guideposts, but are not conclusive evidence that a modification is minor; �����������(4)�Any combination of�products�meeting the requirements of paragraph (1), (2), or (3) of this definition that are of a type customarily combined and sold in combination to the general public; �����������(5)�A product, or combination of�products, referred to in paragraphs (1) through (4) of this definition, even though the product, or combination of�products, is transferred between or among separate divisions, subsidiaries, or�affiliates�of a contractor; or �����������(6)A�non-developmental item, if the procuring agency determines the product was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple State and local governments or to multiple foreign governments. is it common for buyers in the commercial market to request modification of your commercial product? What types of modifications are typically requested? If not commercial, can your company provide this product as a developmental or non-developmental item? Please describe the warranty terms, conditions, and length of time your company would normally provide for your proposed product? Is your company a small business or other than small as defined by the Small Business Administration? If small, what is your specific socio-economic category(ies)? How many employees does your company have? What NAICS codes relevant to this requirement does your company list on its SAM registry? Based on the attached requirements documents, what is your rough cost estimate to produce a first article?� What is your rough estimate unit price to produce quantities ranging from 5 � 75 units? Would your company be able to provide discounts for orders of higher volumes of units?� What might the price break points be for quantities ranging from 1-75? Approximately how many calendar days would your company need to produce a first article and production units? Is contract financing necessary for your company to produce and deliver these items? See FAR Part 32 � Contract Financing.� If yes, please explain why? What supply chain issues is your company experiencing that may result in cost, schedule or performance risk for manufacture of first article units and production units? What other risks exist that may affect cost, schedule and performance? Does your company plan to submit a proposal in response to a government RFP? What are your standard commercial or non-commercial terms and conditions for a contract for this type of item? What contract type would you propose for the first article unit and production units?� Fixed price or cost? An ordering vehicle such as an indefinite delivery indefinite quantity contract or an indefinite deliver requirements type contract? Do you have any existing contracts the Navy can use to issue orders against?� Can you price the required items on a five-year contract? What types of evaluation factors other than cost/price do you believe differentiate a poorly performing company from a good one for this requirement?� Technical, past performance, small business subcontracting plan? Anything else? Given the complexity of the work described in this announcement, please describe your company�s historical experience completing work on similar systems at a similar complexity on the critical systems outlined, or briefly describe how your company would be capable of meeting these requirements as of contract award. Does your company have a satisfactory performance record in providing these items for government or commercial customers in the quantities estimated above? Please provide examples of relevant and recent (within three years) past performance. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? If significant subcontracting or teaming is anticipated in order to deliver technical capability, address the administrative and management structure of such arrangements, including the approximate percentages of work anticipated to be performed by the prime contractor and subcontractor(s). Are there any barriers that are likely to prevent your company from submitting a proposal? If so, do you have any recommendations to remove the barriers? Please provide any critical feedback and questions you have on the requirement documents. Please provide any additional feedback that you believe is relevant? Does your company have a Defense Contract Audit Agency (DCAA) audited and a Defense Contract Management Agency (DCMA) approved accounting system? If your answer is yes, please provide documentation from DCMA approving your accounting system.� For details of the requirement to have an accounting system see DFARS Subpart 242.75 � Contractor Accounting Systems and Related Controls.� The government will evaluate market information to ascertain potential market capacity to provide services/supplies consistent in scope and scale with those described in this notice and otherwise anticipated. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 9 June 2022 by 1500 PDT. All responses under this Sources Sought Notice must be emailed to stacy.e.noble.civ@us.navy.mil or melissa.n.skelley.civ@us.navy.mil . DO NOT INCLUDE ANY CLASSIFIED, CONTROLLED UNCLASSIFIED, OR ARMS EXPORT CONTROLLED DOCUMENTS OR INFORMATION IN YOUR RESPONSE. CONTRACTORS ARE REQUIRED TO ADHERE TO OPERATIONS SECURITY (OPSEC) REQUIREMENTS. EXPLANATION OF THESE REQUIREMENTS IS DETAILED IN SECTION I OF THE OPERATIONS SECURITY GUIDE FOR DEFENSE CONTRACTORS AVAILABLE ONLINE AT: https://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Keyport/Resources/; CLICK ON OPSEC GUIDE FOR DEFENSE CONTRACTORS ON THE LEFT-HAND SIDE. Please send your responses and any questions concerning this opportunity to: Stacy Noble by email at stacy.e.noble.civ@us.navy.mil or Melissa Skelley at melissa.n.skelley.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b0d449c29944d2aba0c5109b859729a/view)
 
Place of Performance
Address: Keyport, WA 98345, USA
Zip Code: 98345
Country: USA
 
Record
SN06369229-F 20220626/220624230103 (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.