Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2007 FBO #2058
SOURCES SOUGHT

59 -- Advanced Product Acquisition

Notice Date
7/14/2007
 
Notice Type
Sources Sought
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893607R0062
 
Response Due
8/15/2007
 
Archive Date
1/14/2008
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD) seeks qualified vendors to provide advanced products in operational quantities. Please be aware that these requirements are covered by multiple classification codes (FSC's). The information is needed to resolve concerns regarding the acquisition strategy, including proposed contract type, terms and conditions, and acquisition planning schedules. We are particularly interested in determining the feasibility of competing this requirement in the small business community. Specific products that may be acquired include: electronic components and systems, mechanical components and systems, energetic materials and components, chemical materials and components, assembly, plating/painting/finishing, packing and shipping. Requirements may include the following: Electronic components and systems - Products that consist of printed circuit boards (multi-layer, single and double sided printed wiring boards) of varying size and complexity. Mixed component technologies (surface mount and through hole) may be employed. Software and component programming are possible elements of the individual products, as are cables and other electronic connector systems. Sub-components may be Government furnished or acquired/produced by the Contractor. Mechanical components and systems - Products that consist of engineered structures of varying materials and configurations. These products will be fabricat ed by a variety of process methods, including machining, welding, heat treatment, casting, forging, forming, injection molding, filament winding, resin transfer molding, and spin forming (not a complete list). Sub-components may be Government furnished or acquired/produced by the Contractor. Energetic materials and components - Products that consist of explosive or propellant materials, including rocket motors, warheads, gas generators, fuzes, and safe/arm devices are examples of such products. Energetic materials may require casting, extruding, pressing, or injection molding processes to form and integration with mechanical sub-components. Sub-components may be Government furnished or acquired/produced by the Contractor. Chemical materials and components - Products that consist of materials that use chemical reaction to provide useful physical and chemical properties. Batteries and coatings are examples of such products. Sub-components may be Government furnished or acquired/produced by the Contractor. Assembly - Products that consis t of manufactured components (mechanical, electronic, optical, energetic, or chemical) that require assembly to meet individual requirements. These components may be Government furnished or acquired/produced by the Contractor depending on the individual requirements. Plating/painting/finishing - Most products will require surface treatment, both for individual components and the completed item as an assembly. Deposition of metallic plating will include cadmium, chromium, nickel, gold, and copper. Painting systems will include sprayed or powder coated epoxy materials. Finishing will include conversion coating, anodizing, and passivating. Surface treated components may be Government furnished or acquired/produced by the Contractor depending on the individual requirement. Packing and shipping - Products will be required to be appropriately packaged and shipped to a defined address; possibly NAWCWD, but potentially direct to the NAWCWD customers. Sample products that are representative of those that might be acquired include: Transmitter Telemetry System (704AS5174) - quantity of 50; Accelerator, Electrical Linear (704AS9429) - quantity of 50; Sensor, Temperature Resistive (704AS9429) - quantity of 50; Connector, Plug, Electrical (74AS9375) - quantity of 50; Wiring Harness, Branched, Warhead (704AS5221) - quantity of 50; and Cargo, Door Handle Assembly (8004475B) - quantity of 100. Copies of drawing can be obtained (free of charge) from the POC provided below. These requirements are currently not being performed or are being performed by NAWCWD. The estimated annual expenditures for this effort is $20,000,000, although the actual amounts may be considerably lower. If a contract is awarded for this effort, the Government anticipates awarding one or more indefinite-delivery, indefinite-quantity (IDIQ) delivery order type contracts with a three year period of performance. It is anticipated that most of the delivery orders will be fi xed price, however cost plus fixed fee orders may also be issued. How ever, contract type, duration and level of effort could change. In order to assess capabilities, we are requesting the submission of white papers as follows: The paper should contain the title Advanced Technology Products Sources Sought. The white paper shall be no longer than thirty (30) pages and should include the following: (1) Information about your company to include: (a) Company Name and Address; (b) Company's point of contact name, phone, fax, and e-mail; (c) If a U.S. or foreign company; (d) Company Size (Small or Large according to the NAICS and size standard listed above); and (e) any DCAA or DCMA points of contact. If your company is a Small Business, specify if your company is or is not each of the following: (a) Small Disadvantaged Business; (b) HubZone Business; (c) Woman-Owned Business; (d) 8(a) Business; (e) Veteran Owned Business.; (2) Technical approach - briefly discuss your technical approach to each of the above technology areas, limited to no more than two pages per area; (3) Response time is critical as many of the items will be considered critical to the warfighter and require short turnaround times. Discuss your ability to respond to urgent requirements; (4) It is anticipated that successful performance may require teaming with other companies. Discuss your ideas regarding teaming to accomplish this requirement, including any past experience in teaming either as a prime or subcontractor; (5) Include an outline of previous projects and specific work previously performed or being performed in these technology areas; (6) Discuss your personnel and facilities that would be available to perform this requirement. The Government is interested in having contractor facilities located near the Weapons Division. Discuss what you see as the facilities necessary to support these requirements and how you would accomplish locating your facility in the vicinity of the Weapons Division; and, (7) Any other specific a nd pertinent information as pertains to this particular area of procur ement that would enhance our consideration and evaluation of the information submitted. Your response may cover some or all the above technology areas. Contractors should appropriately mark any data that is proprietary or has restricted data rights. This synopsis in not a request for proposal, but a sources sought announcement for information only. No solicitation will be issued until the Government has had the opportunity to evaluate responses to this sources sought announcement for information and planning purposes. The Government will not pay for any effort expended or materials submitted in response to them synopsis. All information submitted will become the property of the Government. This announcement does not obligate the Government to issue a solicitation or award a contract for any items for which information is voluntarily submitted for assessment. White papers should be submitted in one softcopy and one hardcopy by mailing to the address as follow: For U.S. Postal Service Mailing Address: COMMANDER CODE 210000D (H. XIONG - 760-939-5124) NAVAIRWARCENWPNDIV 429 E. BOWEN RD. MAIL STOP 4015 CHINA LAKE, CA 93555-6108 For Direct Delivery Address (UPS, FedEx, etc): COMMANDER CODE 210000d (H. XIONG) NAVAIRWARCENWPNDIV BLDG 982, MAIL STOP 4015 CHINA LAKE, CA 93555-6108 NAICS Code = Place of Performance = Set Aside = Email Address = CS: helen.xiong@navy.mil
 
Record
SN01342764-W 20070716/070714220447 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.