SOLICITATION NOTICE
61 -- Synchro System Module (SSM-SD60) Hardware Procurement
- Notice Date
- 11/14/2023 10:17:21 AM
- Notice Type
- Presolicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N64498-23-RFPREQ-PD-52-0291
- Response Due
- 11/24/2023 2:00:00 PM
- Archive Date
- 12/09/2023
- Point of Contact
- Tracy J. Biondo, Marissa Dickens
- E-Mail Address
-
tracy.j.biondo.civ@us.navy.mil, marissa.l.dickens.civ@us.navy.mil
(tracy.j.biondo.civ@us.navy.mil, marissa.l.dickens.civ@us.navy.mil)
- Description
- SUBJECT: The Contractor shall provide SSM-SD60 hardware devices in adherence with the Technical Data Package provided as Government Furnished Information (GFI).� The Technical Data Package includes all required documentation and instructions for the assembly and testing of the SSM-SD60 hardware devices.� There are two SSM-SD60 configurations; Enclosure Type and Open Frame Type. Government Furnished Property (GFP) will be provided and setup at the contractor facility by the government.� Testing instructions and support will also be provided by the government. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition. Capability Statements: Interested businesses are invited to submit capability statements. Responses are not to exceed Five (5) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. Capability Statements must address, at a minimum the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. Name of Company and address Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women- Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) Points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number (1) A complete description of the offeror�s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as it relates to the scope section of this sources sought. (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort. (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 calendar days for all personnel expected to provide support in accordance with the above requirement. Section 3. Past/Current Performance. Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope 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 the services described in the scope section of this sources sought. Section 4. Technical Response. Provide a detailed technical response that addresses the tasks identified in the scope section of this sources sought. Information should include: The contractor�s ability to manage, as a Prime contractor, the types and magnitude of all tasking in the scope section of this sources sought. Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its� own employees in accordance with FAR 52.219-14. The contractor�s capacity, or potential approach to achieving capacity, to execute the requirements of the description of scope section of this sources sought. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include�professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified. Contractor�s ability to begin performance upon contract award. A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for costreimbursement contracts. Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/00a5039094224dd0b9c503af59c706c8/view)
- Place of Performance
- Address: Philadelphia, PA 19112, USA
- Zip Code: 19112
- Country: USA
- Zip Code: 19112
- Record
- SN06884994-F 20231116/231114230057 (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 |