Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2023 SAM #7821
SPECIAL NOTICE

13 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MK 25 MOD 5 MARINE LOCATION MARKERS

Notice Date
4/25/2023 1:06:11 PM
 
Notice Type
Special Notice
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016423SNB71
 
Response Due
5/25/2023 1:00:00 PM
 
Point of Contact
DEREK S. PERRY, Phone: 812-381-5304
 
E-Mail Address
derek.s.perry2.civ@us.navy.mil
(derek.s.perry2.civ@us.navy.mil)
 
Description
N0016423SNB71 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MK 25 MOD 5 MARINE LOCATION MARKERS; FSC: 1370 - PYROTECHNICS; NAICS: 325998 Issue Date: 25 April 2023 - Closing Date: 25 May 2023 Naval Surface Warfare Center (NSWC) Crane Division is issuing this RFI/Sources Sought as�part of market research to identify potential production sources for the Marine Location Marker�(MLM), MK 25 MOD 5 (NSN 1370-01-387-7296, DODIC L168). This effort is underway to gauge�potential interest, establish the current state of industry, identify marked improvement in performance over fielded equipment, and assist in specification refinement and validation which�may result in a competitive, five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The�Government intends to follow this RFI/Sources Sought with a synopsis and eventually a�competitive Request for Proposal (RFP). If a RFP is released for this effort, it will be released through the Procurement Integrated�Enterprise Environment (PIEE) Solicitation Module. Information about PIEE is located at�https://piee.eb.mil. Information regarding how to set up a vendor registration is included in this�link: DoD Procurement Toolbox https://dodprocurementtoolbox.com/site-pages/solicitationmodule.�Choose Vendor Access Instructions. Further training is available at this�link: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml. A description of the MK25 MOD 5 MLM is as follows: The MLMs are launched from aircraft in either day or night to provide visual marks on the�ocean�s surface. They may be used to mark the course of enemy submarines during an�Antisubmarine Warfare mission or a survivor in the water during Search and Rescue missions.�The MLMs may be launched from high-speed aircraft, helicopters, and surface ships. They can�be used for any type of air to sea surface marking that are referenced by smoke and flame. The�MK 25 MOD 5 MLM consists of an aluminum body, approximately 19.0 inches long and 3.0�inches in diameter. There is a projecting chimney at its nose end into which is fitted a valve assembly. The opposite end is a heavier aluminum base assembly to which the outer tube is�crimped. Within the base assembly is a MK 72 MOD 0 water-activated battery. The battery and�battery cavity are shielded from water contact by an arming-safing assembly. The arming-safing�assembly consists of an arming cap attached to a spring and sealing cup with an o-ring. The�arming cap features three equally spaced retaining slots. The words SAFE (green letters) and�ARM (red letters) are on opposite sides of each retaining slot. The arming-safing assembly and�base are protected by a threaded, plastic protective cover. The MLM contains a water-soluble�scuttle element and three 0.013 inches diameter flood holes to assure that the MLM will scuttle�and sink within 3 to 12 hours after water impact or 1 to 3 hours after ignition. All interested parties are strongly encouraged to submit an abbreviated synopsis or white paper.�White papers should not exceed 10 pages and should include a description with performance�parameters and a statement of current availability, summary of prior testing, test reports, a�budgetary estimate of test articles, production units, production quantity breaks, and/or identify�other Government contracts with similar efforts for the Government(s) consideration. A�response should also include a summary of your company's capabilities, description of facilities,�personnel, and manufacturing capabilities and experiences and how they directly relate to the�planned procurement; estimated minimum and maximum monthly production quantities, and the�minimum procurement quantity (MPQ) required for production. A respondent should state if they�have made this item in the past. A respondent must have personnel trained, skilled, and�experienced in handling Red Phosphorus compositions that are extremely flammable and�environmentally sensitive. Specialized formulation skills are necessary to meet precise burn�time ranges required for the MK25. If a respondent does not currently have complete relevant�resources (technical, personnel, etc.) available, the respondent must identify their needs and be�able to specifically demonstrate their ability to obtain those resources in a timely fashion. If a�respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors�or subcontractors must also meet these criteria. A respondent should be able to show that they�have the technical capability, certification to receive export-controlled technical data (as�applicable), and good past performance in pyrotechnics processing industry, as an indicator of�existing qualifications. The Government is also interested in feedback on pricing submissions for five years on the�anticipated IDIQ contract given the current economy. Where an opposition to a five-year IDIQ�contract may occur, please provide as much detail as possible outlining the pricing risks and�other obstacles faced to accommodate five years of fixed pricing. Responses from Small and Small Disadvantaged Businesses are strongly encouraged. Firms�responding must indicate if they are a small business, socially and/or economically�disadvantaged business, 8(a) firms, historically black colleges or universities, or minority�institutions. In order to be considered a small business for this procurement, companies must be�able to complete no less than 50 percent of the cost of manufacturing, excluding the costs of�materials IAW FAR 19.505. If you are considered a small business under the above NAICS,�please confirm that your company is capable of performing at least 50 percent of the cost of manufacturing the supplies or products within your reply. Responses to the RFI shall include the following: Submitter�s Name and Business Size Status Street Address, City, State, NINE (9) digit ZIP code Point of Contact (POC) POC telephone, facsimile numbers, and email Announcement Number: N0016423SNB71 Interested Parties must be properly registered in the System for Award Management (SAM) and�the Joint Certification Program (JCP) in order to receive any controlled attachments. Offerors�may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located�at https://www.dla.mil/Logistics-Operations/Services/JCP. All interested parties are encouraged to submit above information for the Government(s) review�by 3:00PM Eastern Daylight Time on 25 May 2023. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/Sources�Sought does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or RFP and�should not be construed as a commitment of any kind by the Government to issue a formal�solicitation or ultimately award a contract. The Government is in no way liable to pay or�reimburse any companies or entities that respond to this announcement. Any costs incurred by�interested companies in response to this announcement or incurred for participation in the�Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in�this response is appreciated. Questions or inquiries should be directed to Derek Perry, Code 0232, telephone 812-381-5304,�e-mail derek.s.perry2.civ@us.navy.mil. Please reference N0016423SNB71 number in all�correspondence and communication. UNCLASSIFIED responses to this RFI/Sources Sought�shall be submitted as described above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5ba91f5f6e444625b34e40f47a299a3f/view)
 
Record
SN06661284-F 20230427/230425230112 (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.