Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2024 SAM #8339
SOURCES SOUGHT

A -- Metal Casings

Notice Date
9/24/2024 10:43:32 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893624R0046
 
Response Due
10/8/2024 2:00:00 PM
 
Archive Date
11/08/2024
 
Point of Contact
Marissa June, Phone: 7607933900, Allison Lape, Phone: 7607933061
 
E-Mail Address
marissa.s.june.civ@us.navy.mil, allison.m.lape.civ@us.navy.mil
(marissa.s.june.civ@us.navy.mil, allison.m.lape.civ@us.navy.mil)
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD) China Lake, California (CA) is seeking information from potential sources regarding innovative industry technologies available for the development of additive manufacturing of metal cases for solid rocket motors. NAWCWD encourages interested parties to review the attached draft Statement of Work (SOW) and provide valuable feedback. While this is not a request for proposals, we invite respondents to address their experience with emerging technologies in their capability statements, highlighting any unique approaches or cutting-edge solutions that could align with the requirements and ensure the final SOW reflects the latest industry standards and practices. This is new requirement. This Market Research tool is being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. The following documents are attached to this Sources Sought Notice: 1. Draft SOW The following dates are anticipated time frames associated with this requirement: 1. Estimated Final RFP Release: First Quarter FY25 2. Estimated Award Date: Second Quarter FY25 3. Delivery Date: 18 Months after Award Primary Work Location/Place of Performance: Primary Work Location OR Place of Performance is detailed in Attachment 1, Draft SOW, paragraph 3.1.2.1. 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. a. The applicable NAICS code for this requirement is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a Small Business Size Standard of 1,000 Employees. �� b. The Product Service Code is AC13, National Defense Research and Development c. 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. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far). 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. Interested parties shall submit a document outlining their capabilities in meeting the special requirements and required capabilities as outlined in the Draft SOW, Attachment 1. Interested parties can also provide additional feedback, outside of the page limits below, on the Draft SOW. There is no page limit on this additional feedback. Interested parties shall adhere to the following instructions for the submittal of their capabilities statements. 1. Page Limit and Format: Ten (10) 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, Marissa June at marissa.s.june.civ@us.navy.mil 4. Response date: Responses are due by 2:00PM PST on 08 October 2024 5. No classified information shall be submitted in response to this Sources Sought. 6. No phone calls will be accepted. 7. All questions must be submitted via email to the Contract Specialist, Marissa June at marissa.s.june.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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2c07fe36b54345cda0889900be767301/view)
 
Record
SN07223431-F 20240926/240924230121 (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.