Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
DOCUMENT

13 -- MANUFACTURE SIGNALS, SMOKE and ILLUMINATION, MARINE - Attachment

Notice Date
10/27/2010
 
Notice Type
Attachment
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016411RJS95
 
Response Due
12/10/2010
 
Archive Date
12/25/2010
 
Point of Contact
Mr. John C Roberts, 812-854-2433
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Naval Surface Warfare Center (NSWC) Crane Division has been tasked to solicit for and award an effort for the manufacture of Signals, Smoke and Illumination, Marine, Mk 140 Mod 0 (Red) and Mk 141 Mod 0 (Green). The type of solicitation issued will depend upon the responses to this sources sought synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of vendors to compete and perform under a Government contract. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Physical Requirements (both signals): The Signals must pass through a gage tube 3.082 inches inside diameter, 36.00+1.00/-0.00 inches long and straight within.003 inches (except guide lug and protective cap). Functional Requirements: Mk 140 Mod 0 Signal (Red) “ The signal shall meet the requirements below after receiving a hydrostatic pressure of 1,300 psig for a minimum period of 5 minutes. The signal must function (produce a smoke and flare display). Ejection of the Upper Carrier (parachute suspended candle payload) shall not be less than 5 seconds and shall not be greater than 30 seconds. The signal must produce a flare display in the air for a minimum of 20 seconds. The signal must produce a smoke display in the air for a minimum of 14 seconds. The signal must withstand a vacuum of 6.0 ±1.0 inches of mercury for a minimum period of 30 seconds without leaking. The signal must withstand 40 Foot Drop Test, Transportation Vibration Test, and Temperature and Humidity Test without burning, exploding, or becoming unsafe to handle. Mk 141 Mod 0 Signal (Green) “ The signal shall meet the requirements below after receiving a hydrostatic pressure of 1,300 psig for a minimum period of 5 minutes. The signal must function (i.e. produce a smoke and flare display). Ejection of the Upper Carrier (parachute suspended candle payload) shall not be less than 5 seconds and shall not be greater than 30 seconds. The smoke and flare display must be a height of 350 feet, maximum. The signal must produce a flare display in the air for a minimum of 10 seconds. The signal must produce a smoke display in the air for a minimum of 10 seconds. The signal must withstand a vacuum of 6.0 ±1.0 inches of mercury for a minimum period of 30 seconds without leaking. The signal must withstand 40 Foot Drop Test, Transportation Vibration Test, and Temperature and Humidity Test without burning, exploding, or becoming unsafe to handle. Safety and Qualification Requirements: The signals must be functional after being subjected to normal life-cycle environments (Temperature and Humidity, Transportation Vibration, 5 Foot Drop, etc.). The signals, as designed, must meet all requirements pertaining to Insensitive Munitions, Safety Series Testing, and Hazard Classification Testing. The producer shall use no Class 1 ozone depleting substances or carcinogenic materials/compositions in the manufacture of this item. All wood packing material shall meet the phytosanitary requirements of DOD 4140.65M, ISPM 15 Regulations, and the American Lumber Standard Committee, Incorporated œWood Packaging Material Enforcement Regulations." Technical Data Package: Contractors must be registered with the Central Contractor Registration database and must be certified under the Joint Certification Program in order to receive the technical data package. The technical data package will be posted to Federal Business Opportunities at the same time the synopsis is posted. Fedbizopps may be accessed at http://www.fbo.gov. The technical data package contains information that is export controlled. Only those companies that have completed DD Form 2345, and are certified under the Joint Certification Program, are authorized to receive the package. Additional information is available at http://www.dlis.dla.mil/jcp/. Invitation to Vendors: Offeror ™s response to this Synopsis shall be not later than 10 DEC 2010 - 14:00 PM EST, limited to 10 pages and shall include the following information: Offeror ™s name, address, point of contact, phone number, and e-mail address. Offeror ™s interest in proposing on the solicitation when it is issued. Offeror ™s Rough Order of Magnitude (ROM) cost estimate per unit including a pricing matrix for quantities of 0-100, 101-300, 301-750, and 750-2,000 for each of 5 years. Included in the white paper should be the signal cost for First Article Acceptance Testing (FAAT) and Lot Acceptance Testing (LAT). Testing will be performed by the Government at Government facilities. Also include production capabilities and potential delivery schedule. NOTE: PLEASE DO NOT submit cost or pricing detail in response to this Sources Sought Synopsis announcement. Submit a Rough Order of Magnitude cost estimate only. This is a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR COST PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Offeror ™s capability to perform a contract of this magnitude and complexity (include offeror ™s in-house capability to execute, design and produce along with comparable work performed within the past 5 years “brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) “provide no more than 1 example. If offeror is a small business indicate type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) “ Small Business Size Standard for NAICS 325998 is 500 employees. Offeror ™s Joint Venture information if applicable “existing and potential. Interested Offerors shall respond to this Sources Sought Synopsis no later than 14:00 PM (EST) 10 December 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax, or email responses to: Mr. John C Roberts, Contract Specialist, NSWC Crane, 300 Hwy 361, Bldg 64, Code CXMP, Crane, IN 47522-5001; FAX No. (812) 854-3465, Email address: john.c.roberts3@navy.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Participation: This announcement is a public invitation. Failure to participate in this Market Survey will not preclude abstaining offerors from proposing on possible future solicitations. Comments: Questions should be directed to John Roberts, Contract Specialist, Code CXMP, telephone 812-854-2433, fax 812-854-3465. Email john.c.roberts3@navy.mil. Complete mailing address is NSWC Crane, 300 Hwy 361, Bldg 64, Crane, IN 47522-5001. Please reference the above solicitation number when responding to this notice. While the Government may use Market Survey information provided to conduct small purchases for testing, combat user assessments, and specification/solicitation preparation, this sources sought synopsis 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 U.S. 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 or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RJS95/listing.html)
 
Document(s)
Attachment
 
File Name: N0016411RJS95_11RJS95_ss.doc (https://www.neco.navy.mil/synopsis_file/N0016411RJS95_11RJS95_ss.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016411RJS95_11RJS95_ss.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02317687-W 20101029/101027234130-a6b981dd466798bf23cf537b5a37effc (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  © 1994-2020, Loren Data Corp.