SOURCES SOUGHT
59 -- Solid State Pulse Amplifier, B50
- Notice Date
- 3/6/2024 5:56:30 AM
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
- ZIP Code
- 22448-5154
- Solicitation Number
- N0017824R2300
- Response Due
- 3/22/2024 9:00:00 AM
- Archive Date
- 04/06/2024
- Point of Contact
- Kaylynn DeBernard, Phone: 540-613-3306, Sean McGovern, Phone: 540-742-8777
- E-Mail Address
-
kaylynn.m.debernard.civ@us.navy.mil, sean.t.mcgovern5@us.navy.mil
(kaylynn.m.debernard.civ@us.navy.mil, sean.t.mcgovern5@us.navy.mil)
- Description
- This Sources Sought is being posted to the website at https://sam.gov/. It is understood that this is the single point of entry for posting of Synopsis, and Solicitations to the Internet.� The Naval Surface Warfare Center Dahlgren Division (NSWCDD) is soliciting market research information from industry on its ability to provide one (1) commercial off the shelf (COTS) or modified COTS X-Band Solid State Amplifier that will meet the minimum performance specifications. Specific required specifications are further delineated in the draft specification document attached to this Sources Sought notice.� The immediate objective is to survey and assess interest from all businesses capable and interested in participating in this effort.� Contract Type & Period of Performance: The Government Contemplates award of a single Firm Fixed Price (FFP) contract. Delivery is required on or before September 2026.� Set-Aside: The Government is conducting market research to determine if two (2) or more Small Businesses are capable of performing the work within the required delivery date.� Responses to this Sources Sought will be evaluated to make this determination.� Documents: A draft specification document is attached to this sources sought.� Request for Capability Statements:� Capability statements are requested to determine if other businesses are capable of performing this work. All businesses capable of fully satisfying the requirements described above and outlined in the attachment should submit capability statements/expressions of interest providing the Government the necessary information to determine actual capability. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.? Capability statements shall not exceed fifteen (15) pages and shall include the following items:� (1) A company profile including CAGE Code and Unique Entity ID number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business);� (2) A complete description of the Offeror's capabilities, related experience, facilities, techniques or unique combinations of these factors that clearly relate to the Government's specific needs for this requirement as specified in the draft specification;� (3) A statement regarding whether or not the hardware or services required would be considered commercial as outlined in FAR 2.1;� (4) The specific capabilities of the offeror�s existing products available to meet this requirement or to be modified to meet the requirement; Reponses that include information detailing technical approach, potential tradeoffs or alternative solutions is encouraged. The Government is interested in the identification of long lead items(s), sub-systems(s), or systems(s).?� (5) A summary of specific past performance on same or similar size and scope of work performed by the Offeror within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number;� (6) An estimated budget for the acquisition including installation services;� (7) A description of the Offeror's ability to meet the required delivery timeframe;� (8) Business / contracts / marketing office point(s) of contact;�� (9) Any additional information that may be useful to the successful procurement of the requirements, if solicited.� (10) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier subcontractor, including an independent contractor, which has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. If �similarly situated entity� subcontracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� subcontracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded.� Capability statements shall adhere to a fifteen (15) page submission limit. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.? General statements, not supported by the specific information requested above, will not be considered responsive.� Questions or clarifications: All questions are to be submitted via email to the Contract Specialist: Kaylynn DeBernard, kaylynn.m.debernard.civ@us.navy.mil; and Contracting Officer: Sean McGovern, sean.t.mcgovern5.civ@us.navy.mil , with email title to include: ""Capability Statement�Solid State Pulse Amplifier, B50 - N0017824R2300"" in subject line.� Capability Statements shall be provided by e-mail to Kaylynn DeBernard (kaylynn.m.debernard.civ@us.navy.mil) no later than 1200 EST on 22�March 2024.� Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal.� Electronic responses must be in Microsoft Word� or Adobe Acrobat� formats and the font size shall not be smaller than 10 point.� NOTE: This Sources Sought is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation For Bids (IFB), a Request For Proposals (RFP), a Request For Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aacb8ae6108e46088a9f2a9cd4753228/view)
- Place of Performance
- Address: Dahlgren, VA 22448, USA
- Zip Code: 22448
- Country: USA
- Zip Code: 22448
- Record
- SN06988476-F 20240308/240306230053 (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 |