SOURCES SOUGHT
19 -- QST-35 Boats and Accessories/Equipment
- Notice Date
- 8/10/2023 8:45:39 AM
- Notice Type
- Sources Sought
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893623Q0184
- Response Due
- 8/25/2023 5:00:00 PM
- Archive Date
- 08/25/2024
- Point of Contact
- Juliana Luna, Phone: 7607933970, Charles Harper, Phone: 7607933666
- E-Mail Address
-
juliana.luna.civ@us.navy.mil, charles.b.harper8.civ@us.navy.mil
(juliana.luna.civ@us.navy.mil, charles.b.harper8.civ@us.navy.mil)
- Description
- *DETAILED DESCRIPTION: � *Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per Commercial And Government Entity (CAGE) code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). �The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code�s Data Custodian POC to request access to CUI. �For additional information, visit the DLA website for the Joint Certification Program: �https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. 1.0 INTRODUCTION AND PURPOSE The purpose of this Sources Sought Notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code for 336612 which has a corresponding size standard of 1,000. �Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. �No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. �A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. �After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published. � 2.0 PROGRAM BACKGROUND & CONTRACT TYPE The Seaborne Targets Externally Directed Team of Naval Air Warfare Center Weapons Division is charged with the build-up of various seaborne (surface) targets for operational support, including the high-speed maneuverable surface target, ship deployable surface target, and other seaborne targets.� The Government is contemplating a Firm Fixed Price commercial purchase order with Options using FAR Part 12 and FAR Subpart 13.5 procedures for purchasing of the following CLINs: CLIN �� �CLIN Description�� �Quantity 0001 �� �Design and Drawings for Upgraded QST-35C �� �1 0002 �� �QST-35C Self-Propelled Target Platform Boat �� �1 0003 �� �Acceptance Trials for Boat 1�� �1 0004 �� �QST-35C Accessory List �� �1 0005 �� �QST-35C Spare Part List �� �1 0006 �� �Acceptance Trials for Boat 3 (Option)�� �1 0007 �� �QST-35C Self-Propelled Target Platform Boat (Option) �� �3 0008 �� �QST-35C Accessory List (Option)�� �3 0009 �� �QST-35C Spare Part List (Option)�� �3 0010 �� �Gyroscope Stabilization System for Boat 1 (Option)�� �1 0011 �� �Vendor Recommended Spares (Option)�� �4 Contract Litem Number (CLIN) 0001 � PSC 7650, CLINs 0002 and 0007 � PSC 1940, CLINs 0003 and 0006 � PSC H319, CLINs 0004, 0005, 0008, 0009, 0010, and 0011 � PSC 2040.�3.0 REQUIRED CAPABILITIES: �Refer to Attachment J-1 Specifications QST-35C.� 4.0 DELIVERY LOCATION: �Naval Base Ventura County, Port Hueneme, CA� 5.0 DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL/QUOTATION. �IT DOES NOT CONSTITUTE A SOLICITATION/REQUEST FOR QUOTATION 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. 6.0 ELIGIBILITY Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. �Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. �Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself.� To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government�s capability determination. 7.0 SUBMISSION DETAILS This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. �The written response shall reference solicitation/request for quotation number N6893623Q0184 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to provide the equipment without compromising the quality, accuracy, reliability, and schedule. a.�� �Interested parties shall submit a document outlining their capabilities in meeting the specifications as outlined in paragraph 3.0 of this Sources Sought Notice.� b.�� �Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.� 1.�� �Page Limit and Format: Two (2) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. 2.�� �Document Type: Microsoft Word, Adobe PDF, etc. 3.�� �Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Juliana Luna at juliana.luna.civ@us.navy.mil 4.�� �Response date: Responses are due by 5:00PM PDT on 25 Aug 2023.� 5.�� �No classified information shall be submitted in response to this Sources Sought. 6.�� �No phone calls will be accepted.� 7.�� �All Questions shall be utilizing the provided Excel Question Submittal Form NLT 25 Aug 2023 at 5:00PM PDT to the Contract Specialist listed below: Juliana Luna � juliana.luna.civ@us.navy.mil 8.�� �All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. 9.�� �All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. 10.�� �Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. 8.0 �OTHER INFORMATION The solicitation/request for quotation will be posted in Contract Opportunities on the SAM website at https://sam.gov/ on or about first quarter Fiscal Year (FY) 2024. Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government. �� Offers and responses to the solicitation/request for quotation shall be submitted using the instructions of the solicitation/request for quotation. �If the solicitation�s/request for quotation�s instruction to offerors state the PIEE Solicitation module will be used for electronic proposal submission, Contractors are required to register in PIEE to obtain access to the solicitation module. �To register in PIEE, go to https://piee.eb.mil/, and click Register.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7c650c09ae6414989792bdd5c49d23e/view)
- Record
- SN06786305-F 20230812/230810230100 (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 |