Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
SPECIAL NOTICE

51 -- 2M Kits and Parts

Notice Date
2/2/2016
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016416SNB38
 
Archive Date
3/29/2016
 
Point of Contact
Nathan Heikkinen, Phone: 812-854-5169
 
E-Mail Address
nathan.heikkinen@navy.mil
(nathan.heikkinen@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-16-S-NB38 - 2M Kits and Parts - FSC 5180 - NAICS 811219 Anticipated Issue Date 02 February 2016 - Anticipated Closing Date 09February 2016 - TIME 2:00PM EST This Request for Information (RFI) is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. The Government is issuing this RFI/sources sought announcement as part of market research for 2M Kits and piece parts for solder workstations. Naval Surface Warfare Center, Crane, Indiana intends to award a 5-year, FFP, IDIQ. This effort will be conducted on a brand-name only basis where an acquisition or a portion of an acquisition that uses a brand-name description or other purchase description to specify a particular brand-name, product or feature of a product, peculiar to one manufacturer in accordance with the statutory authority 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1(c). The basis for restricting competition to brand-name only is items have been proven to be quality tools and equipment, duplication of cost to the Government that is not expected to be recovered through use of substitutions, and unacceptable delays in fulfilling the agency requirement through any other source. The Government is seeking information from companies mitigating the brand-name only basis listed above. Responses should include availability, budgetary cost estimate, and lead time of the solution, as well as, whether a demonstration unity can be provided to expedite the Government decision making process. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the government should not procure this effort on a name brand only basis as stated above, and/or identify other Government contracts with similar efforts for the Government(s) consideration. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-16-S-NB38 Responses received may submit corporate expertise information if you would like to be considered a possible interested source. Please include the purpose/explanation of the response to the Market Survey, 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 get clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for 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, along with questions, to the Point of Contact any time prior to the expiration of this announcement. The Point of Contact for this effort is Mr. Nathan Heikkinen, nathan.heikkinen@navy.mil or 812-482-5169. The mailing address is: NAVSURFWARCENDIV Crane, attention Nathan Heikkinen, Code 0221, Bldg 121, 300 Highway361, Crane, IN 47522-5001. Responses received after 09 February 2016 may not be considered in the Government's market research. If any part of this submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest is response is appreciated. Contracting Office Address: 300 Highway 361 Building 121 Crane, Indiana 47522-5001 United States Primary Point of Contact: Nathan Heikkinen nathan.heikkinen@navy.mil Phone: 812-482-5169
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNB38/listing.html)
 
Record
SN04007487-W 20160204/160202234701-f4eff3d3877b484f858d3303f85ac733 (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.