Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2023 SAM #7710
SOURCES SOUGHT

58 -- DT-100/DT-699 Cables

Notice Date
1/4/2023 7:16:12 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
N6660423U0187
 
Response Due
1/18/2023 11:00:00 AM
 
Point of Contact
Gina Proske
 
E-Mail Address
gina.m.proske.civ@us.navy.mil
(gina.m.proske.civ@us.navy.mil)
 
Description
This is a Request for Information (RFI), as defined by FAR 15.2(e), issued by the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT). It does not constitute a Request for Proposal (RFP), or a commitment by the U.S. Government, nor should it be construed as such. In accordance with Federal Acquisition Regulation (FAR) 52.215-3, the Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the FAR. Although ""proposal"" and ""offeror"" are used in this RFI, your response will be treated as information only and shall not be used as a proposal. NUWCDIVNPT is seeking to identify potential sources capable of manufacturing, testing, packaging, and delivering DT-100/DT-699 High Frequency Receive Power Cable Assemblies, as described in the draft Statement of Work (SOW) and drawing package as attached to this posting. The drawings applicable to this requirement are labeled Distribution D, which means distribution is authorized to the Department of Defense (DoD) and U.S. DoD contractors with a valid Joint Certification Program (JCP) certification.�In order to access the drawing package attached to this posting, access must be requested in SAM.gov, followed by an email sent to the Primary Point of Contact as listed on this posting including the requestor's CAGE Code and the name of the company's JCP Certification POC. Once JCP Certification is confirmed, the document will be unlocked in SAM for company access. Please visit https://www.dlis.dla.mil/jcp/ for further details on the program and registration. National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 is applicable to this requirement. Therefore, in order to be considered for an award, the offerors 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/asda/dpc/cp/cyber/safeguarding.html Responses to this RFI should be submitted via email to the Primary Point of Contact as listed on this posting, and received no later than the Response Date and Time as listed on this posting. Responses to this RFI shall provide the following information and are limited to five (5) pages in Microsoft Word 2016 compatible format: a) Company Name b) Telephone Number c) Email Address d) Point of Contact for further clarification or questions e) Statement verifying that summary level scores of a current NIST SP 800-171 DoD Assessment are posted in SPRS, or statement confirming willingness and capability to submit a Basic Assessment to SPRS f) Capability Statement Capability Statements should address all of the tasking in the attached draft SOW, and should, at a minimum, provide a statement regarding capability to: -� Proof of S9320-AM-PRO-020/MLDG Certification (Note: it is anticipated that this will be a minimum requirement of the RFP). Potential Offerors and Interested Parties that are not currently certified should account for this in their strategy. -� Production throughput capability (i.e., what quantity of cables can be delivered per month in what timeframe after contract award.) This response shall include the Interested Party's consideration of all currently held Company production contracts and how the Interested Party would plan to integrate additional Government throughput requirements into its production capacity. It is anticipated that this effort will be structured as a five (5) year, Indefinite Delivery/Indefinite Quantity (IDIQ) type, however, it is estimated that it could take up to 7 years to complete all orders. DO NOT SUBMIT CLASSIFIED INFORMATION All deliverables under this potential award shall be submitted with either Government purpose rights or unlimited rights. Therefore, in response to this RFI, to the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. The Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Any information submitted by respondents to this request is strictly voluntary, and submission of information constitutes consent for that submission to be reviewed by Government personnel in consideration for applicability to other programs. Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. In accordance with FAR 15.207, information received in response to an RFI shall be safeguarded adequately from unauthorized disclosure. Responses to the RFI will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a2ff9229e23247ff9a3597f0bb4b47b8/view)
 
Record
SN06556413-F 20230106/230104230110 (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.