Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

69 -- United States Marine Corps (USMC) Submerged Vehicle Egress Trainer (SVET) Technical Refresh aka Multi-Use Egress Trainer (MUET) - Updated NAICS Code

Notice Date
6/17/2024 2:33:46 PM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134024R0069
 
Response Due
6/28/2024 2:00:00 PM
 
Archive Date
07/13/2024
 
Point of Contact
Brenda Castillo, Virginia Marquez
 
E-Mail Address
brenda.castillo6.civ@us.navy.mil, virginia.marquez.civ@us.navy.mil
(brenda.castillo6.civ@us.navy.mil, virginia.marquez.civ@us.navy.mil)
 
Description
Disclaimer:� THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� Purpose:� The purpose of this sources sought is to determine the technical and industry capability of potential offerors to provide the required products and determine the method of acquisition prior to the issuance of the solicitation. This market research tool is being used to identify commercial and noncommercial solutions to satisfy the Navy�s requirement. The Government is interested to hear from firms of all sizes. The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. This contract award will not be an 8(a) Set-aside. All other Small Business Set-aside categories will be considered.� Any resultant solicitation will be released to https://sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.� Requirement Description: The Naval Air Warfare Center � Training Systems Division (NAWCTSD) has a requirement for the procurement of equipment and installation to technically refresh the United States Marine Corps (USMC) Submerged Vehicle Egress Trainer (SVET) located at Camp Pendleton. The portion of the trainer being refreshed currently replicates vehicles that are no longer in operational use or service in the Fleet Marine Force. The Multi-Use Egress Trainer (MUET) is a technical refresh that simulates the cabin layout of the next generation of vehicles that are in current operational use and/or planned for delivery including the Amphibious Combat Vehicle, Personnel (ACV-P) variant, Light Armored Vehicle (LAV-25 A3) variant, and the Joint Light Tactical Vehicle Combat Tactical Vehicle (JLTV-CTV) variant.� The anticipated PSC code is 6910 - Training Aids. The anticipated NAICS code is 333310 � Commercial and Service Industry Machinery Manufacturing Required materials (type, specifications, and quantities) are identified in the attached draft Statement of Work (SOW)�and Specification.� The MUET shall be capable of physical rotation of 360-degree rotation in both directions along the longitudinal axis (front to rear of vehicle/platform).� The MUET shall have the ability to be paused at 45-degree increments along the entire rotation range and locked in place for egress.� The MUET shall be able to self-right by returning to the upright position of the trainer while being raised out of the water to allow for water draining.� Configuration control is of significant importance, as the MUET must be interoperable with the existing lifting devices (Cross Gantry Hoist Model 10000/12000) and MILCON locations (SmartJib), including but not limited to, the lifting point interface, emergency retraction, emergency stops, and braking controls. A MUET fully loaded with trainees, instructors and equipment shall be able to be lifted by the existing lifting devices (Cross Gantry Hoist Model 10000/12000) and MILCON locations (SmartJib) without exceeding the rated lifting capacity. Existing infrastructure includes proprietary Survival Systems USA attachments that attach to the fabricated Dunker. Your company will be responsible for either securing rights to and/or for creating a compatible system without changing the Technical Data Package (TDP) provided by NAWCTSD. The lifting devices and support cannot be altered without significant additional expense (cost and schedule) or negatively impacting training capacity.� The MUET must be capable of operation in chlorinated water and operational temperatures of -6 �F (-21 �C) to 160 �F (71 �C) throughout the MUET lifecycle, without damage or degradation in performance.� Your company must have the ability to receive the TDP, fabricate, install, and test up to two systems per year.� Response Submission Instructions:� Firms that believe they can demonstrate the capabilities required to be considered for this opportunity must submit an electronic response to the Contract Specialist, Brenda Castillo at brenda.castillo6.civ@us.navy.mil, no later than 5:00 p.m. Eastern Time on 17 June 2024 including a reference to �[Enter Your Company�s Name] Response to FY24 USMC SVET Technical Refresh Sources Sought Notice� within the subject line of the e-mail. Please use this subject line format for ease of internal configuration control. Courtesy copy shall be provided to virginia.l.marquez.civ@us.navy.mil, the Procuring Contracting Officer (PCO).� The capabilities statement package should include:� Company Name, CAGE Code, Company Address and Points-of-Contact (POC) including full name, phone number, fax number, and email address.?� Company Business Size under the mentioned NAICS code. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service-Disabled Veteran-Owned Small Business Concern. Identify any certifications. If your company is in the 8(a) program, provide graduation date.?� A list of previous Egress Training Installations you have performed (links to websites would be helpful)� Examples� Subcontractors (if applicable) performing work� Total Costs (breakdown into components if possible)�� Sample billings� Award Package (if applicable)� Commercial Availability - Please identify if your Egress Training System is commercially available (or if exclusive for U.S. military use). If commercially available, please provide these sub-bullets:� Pricing guide for systems or subsystems� Website listing costs� Previous Commercial (non-military) customers� A Rough Order of Magnitude (ROM) for the provided SOW/Specification. For Small Businesses:? If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14, Limitations on Subcontracting clause has changed. Deviation 2020-O0008 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause.?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 notice in order to assist the Government�s capability determination.? Classified material SHALL NOT be submitted.?� For information or questions regarding this Sources Sought Notice, contact the cognizant Contract Specialist, Brenda Castillo at brenda.castillo6.civ@us.navy.mil or the PCO, Virginia Marquez at virginia.l.marquez.civ@us.navy.mil.���
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/546d4d91bd144b11849a430dbd9abc57/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN07100163-F 20240619/240617230122 (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.