SOURCES SOUGHT
58 -- Seeking Small Businesses Interested/Capable of Manufacturing High Frequency Sail Array Sonar Windows
- Notice Date
- 7/15/2022 12:03:20 PM
- 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
- N66604-23-R-TBD
- Response Due
- 8/5/2022 8:59:00 PM
- Archive Date
- 09/30/2022
- Point of Contact
- Carrie Rochelle, Phone: 4018326562, Dawn A. Griffin, Phone: 4018322500
- E-Mail Address
-
carrie.r.rochelle.civ@us.navy.mil, dawn.a.griffin.civ@us.navy.mil
(carrie.r.rochelle.civ@us.navy.mil, dawn.a.griffin.civ@us.navy.mil)
- Description
- Sources Sought #N66604-23-R-TBD NUWCDIVNPT Code 15 HFSA Sonar Windows Production Contract 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). The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) is seeking to identify potential small business sources capable of designing, manufacturing, testing, packaging, and delivering First Article and Production High Frequency Sail Array (HFSA) Sonar Windows that meet the HFSA Sonar Window Performance Specification.� Additionally, the Government requires build-to-print items in accordance with their respective drawings: Sub-Element Test Panel (Part Number: 8692177) and Acoustic Test Panel (Part Number: 8692176).� The North American Industry Classification System (NAICS) code 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. This requirement requires the contractor to have a facility clearance of confidential and a level of safeguarding of confidential. 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 Confirmation of Small Business size status under NAICS Code 334511 Confirmation of the following socioeconomic status, if applicable:� Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service-Disabled Veteran-Owned Small Business (SDVOSB) Point of contact, including: Name, title, phone number, and e-mail address CAGE Code and/or Unique Entity ID Confirmation of Facility Clearance and Safeguarding Levels 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 HFSA Sonar Windows. Section 4.� Technical Response.� Provide a technical response that includes the following: Statement regarding capability to manufacture HFSA Sonar Windows that meet the Performance Specification. Statement regarding capability to manufacture build-to-print Sub-Element Test Panel and Acoustic Test Panel. Describe the expected delivery and throughput capability from contract award to delivery of first article and production HFSA Sonar Windows. Describe the test facilities and equipment to which the potential offeror has access to in order to meet the procurement requirements.� 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.� The National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 is applicable to this requirement.� In order to be considered for 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 DFARS clause 252.204-7020). Include a statement verifying that summary level scores of a current NIST SP 800-171 DoD Assessment are posted in the Supplier Performance Risk System (SPRS) or confirm willingness and capability to conduct and submit a Basic Assessment to SPRS. Attachments: Draft Statement of Work (SOW) HFSA Sonar Window Performance Specification No. 53711-7634166C Hull Sensor Systems Configuration Management Engineering Change Document Manual No. 53711-00266MN, Rev A Hull Sensor Systems Configuration Management Engineering Drawing Requirements No. �53711-00267RD, Rev C Acoustic Test Panel, Drawing No. 8692176 Sub-Element Test Panel, Drawing No. 8692177 Note on Technical Documentation:� Except for the draft SOW, the technical documents are export controlled/critical technology and therefore, restricted.� A company must request access to these restricted technical documents via SAM.GOV.� In order to be granted access, a company must have an active registration in the Joint Certification Program (JCP). �When requesting access via SAM.GOV, provide the Company CAGE Code.� After access is granted, download each document individually.� Selecting the �Download All� feature may result in errors. Information regarding the JCP can be found at the website https://www.dla.mil/Logistics-Operations/Services/JCP/ Capability Statements must be submitted to Carrie Rochelle, Contracts Negotiator, at carrie.r.rochelle.civ@us.navy.mil no later than 11:59 EDT on 08/05/2022. Questions or comments must be submitted by 11:59 EDT 08/03/2022.� All interested small businesses are encouraged to respond. Requests for extensions may not be honored.� Late responses may 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, SDB, 8(a), WOSB, HUBZone, or SDVOSB) prior to release of the final RFP.� It is anticipated that the RFP will be posted in November 2022, with contract award in July 2023.� 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://sam.gov/opp/d891358212804e9baaeb70ba0b3fe52c/view)
- Record
- SN06391265-F 20220717/220715230123 (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 |