Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2024 SAM #8185
SPECIAL NOTICE

59 -- REQUEST FOR INFORMATION (RFI) PRODUCTION, EVALUATION, REPAIR, REBUILD, GOLD TUBE TESTING, AND ENGINEERING SERVICES FOR DOUBLE DUTY (D/D), SINGLE DUTY (S/D), AND WATER COOLED VEIN (WCV) CROSS FIELD AMPLIFIER (CFA)

Notice Date
4/23/2024 5:31:45 AM
 
Notice Type
Special Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016424SNB76
 
Response Due
5/23/2024 11:00:00 AM
 
Archive Date
06/07/2024
 
Point of Contact
Susan Eckerle, Phone: 8123817159
 
E-Mail Address
susan.k.eckerle.civ@us.navy.mil
(susan.k.eckerle.civ@us.navy.mil)
 
Description
N0016424SNB76 � REQUEST FOR INFORMATION (RFI) PRODUCTION, EVALUATION, REPAIR, REBUILD, GOLD TUBE TESTING, AND ENGINEERING SERVICES FOR DOUBLE DUTY (D/D), SINGLE DUTY (S/D), AND WATER COOLED VEIN (WCV) CROSS FIELD AMPLIFIER (CFA) � PSC 5960 �NAICS 334419 Issue date 23 APRIL 2024 - Closing date 23 MAY 2024 at 02:00 PM EST (EDT) REQUEST FOR INFORMATION (RFI) The Government is issuing this RFI announcement in accordance with (IAW) DFARS 205.205-71. 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 Federal Acquisition Regulation. Although �proposal� and �offeror� are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. This solicitation is issued for the purpose of mitigating the sole-source basis cited below. Naval Surface Warfare Center, Crane Division has a requirement for the production, evaluation, repair and rebuild of D/D, S/D, and WCV CFA used in the Aegis AN/SPY-1 Radar System. In addition, services including engineering services, phase standard testing, and gold tube testing is anticipated to be awarded to the contractors identified below. This requirement is planned as a non-commercial, Firm-Fixed price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) multiple award contract (MAC) for a period of five (5) years for US Navy and Foreign Military Sales (FMS). Naval Surface Warfare Center, Crane Division, located at Naval Support Activity, Crane, IN 47522, intends to award a sole-source MAC to Communications and Power Industries (CPI), Beverly, MA, and Stellant, Williamsport, PA.� This effort is anticipated to be awarded on a sole-source basis IAW the statutory authority 10 U.S.C. 3204(a)(1). CPI and Stellant are the only known sources which have the capability to fulfill this requirement. The following specific terms are required to fulfill the Government�s requirement.� A Statement of Work (SOW) will be available within the issued solicitation. Production of D/D, S/D, and WCV CFA in accordance with a Statement of Work and drawing. Evaluation for repair of D/D, S/D, and WCV CFA as defined in the SOW. Minor repair of D/D, S/D, and WCV CFA as defined in the SOW.� Rebuild of D/D, S/D, and WCV CFA as defined in the SOW. Gold Tube Testing of D/D, S/D, and WCV CFA Gold Tubes as defined in the SOW. Phase Standard Testing of D/D, S/D, and WCV CFA as defined in the SOW. Government Furnished Equipment Maintenance as defined in the SOW. Engineering Services in support of the above requirements as defined in the SOW and resultant task order awards. The solicitation will be available upon request on or about 24 JUNE 2024.� Interested parties can request the solicitation from the Contract Specialist; no hard copies of the solicitation will be mailed.� All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� All changes to the requirement that occur prior to the closing date will be executed via a solicitation amendment.� For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and consideration for future discussions and/or award. Responses to the RFI shall include the following: Contractor's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N0016424SNB76 Please include the purpose/explanation of the response to the RFI, i.e. to better understand the Government requirements; to potentially become a viable option for future requirement; to take exception to the anticipated sole-source as your company currently meets all of the Government requirements. The Government may contact RFI respondents to obtain clarification on the information submitted. Contractors must be properly registered in the System for Award Management (SAM). The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at http://www.dlis.dla.mil/jcp/. At the current time, NO FUNDING IS AVAILABLE for bid/proposal or contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Ms. Susan Eckerle, Code 0241, telephone 812-381-7159, e-mail susan.k.eckerle.civ@us.navy.mil. If any part of the Contractor submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. Your interest in the response is appreciated.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f914af40e2e48bbab0a8586929dd0be/view)
 
Record
SN07039351-F 20240425/240423230046 (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.