Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SPECIAL NOTICE

47 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – Ultra-Lok UL8169 band clamp for the TR-343 Sonar Transducer - 16SNC01_spec note_att1

Notice Date
6/29/2016
 
Notice Type
Special Notice
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
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
N0016416SNC01
 
Archive Date
7/30/2016
 
Point of Contact
Dayne Holder,
 
E-Mail Address
dayne.holder@navy.mil
(dayne.holder@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-16-S-NC01 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - Ultra-Lok UL8169 band clamp for the TR-343 Sonar Transducer - FSC 4730 - NAICS 332722 Issue Date: 29 June 2016 - Closing Date: 15 July 2016 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research for the band clamps that are replaced during the repair of the TR-343 Transducer for the AN/SQS-53C Hull Sonar Array Subsystem, AN/SQQ-89(V) Anti-Submarine Warfare (ASW) System. The band clamps are a critical component of the TR-343 Sonar Transducer and used for integrated undersea warfare detection, classification, display, and targeting. The TR-343 Sonar Transducer system combines and processes all active sonar information and processes/displays all SH-60B Light Airborne Multi-Purpose System (LAMPS) MK III sensor data. See attached drawing 7521295 and Parts List 7344014G1 to review the technical requirements provided as Attachment 1 to this document. Vendors must be registered in the System for Award Management (SAM) and registered in the Joint Certification Program (JCP) in order to receive access to the drawings. Information about the JCP is located at http://www.dlis.dla.mil/jcp. The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a brand name only contract to a source providing equipment from the only current certified source, Band-It-IDEX, Incorporated, 4799 Dahlia St., Denver, CO 80216-3222, (CAGE 3BBM2). This effort will be conducted on a brand name only basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition for the band clamp is to avoid roughly $656,006.00 in cost duplication and prevent as much as five years unnecessary schedule impact. Certification of a new source is estimated at 1 year, but it cannot be determined whether all specification requirements have been met unless the item is deployed for a period of 5 years without requiring maintenance in accordance with the Critical Item Production Fabrication Specification. The program requires critical component suppliers to go through an extensive qualification plan, to include inspection, certification, first article testing, and operational testing. The Government has expended considerable effort and expense to certify the current source. The estimated cost to restore capability if a different vendor's band clamp is procured is projected to be roughly $656,006.00 higher than the proposed cost to utilize an existing certified source. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with the capabilities and facilities to provide components that meet the Government's requirement and certification requirements for the TR-343 Sonar Transducer band clamp may respond. Responses shall address how the Government can offset the estimated $656,006.00 in cost duplication and the schedule delay that are anticipated to result if a new source is utilized. Responses shall include availability, budgetary cost estimate, and lead time of the solution. All interested parties may 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, an explanation as to why the Government should not procure this effort on a brand name only basis as stated above given the significant Government investment in the existing TR-343 Sonar Transducer. 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-R-GP19 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 source for future requirements; to take exception to the anticipated sole source as your company currently meets all of the Government requirements and can successfully offset the projected cost duplication and schedule delays. The Government may contact RFI respondents to get clarification on the information submitted. Contractors must be properly registered in the Government's System for Award Management (SAM) and in the Joint Certification Program (JCP) in order to receive the attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1- 866-606-8220 or via the Internet at https://www.sam.gov. Information about on JCP is located at http://www.dlis.dla.mil. 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 to the Point of Contact (POC) any time prior to the expiration of this announcement. The POC for this effort is Mr. Dayne Holder, dayne.holder@navy.mil or 812-854-4995. The mailing address is: NAVSURFWARCENDIV Crane Attention Dayne Holder, Code 0222, Bldg. 121 300 Highway 361, Crane, IN 47522-5001. Responses to this RFI/sources sought may be emailed to the POC above. If any part of the 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016416SNC01/listing.html)
 
Record
SN04167074-W 20160701/160629235835-9f3c9adbe0fcf90b94c499a28d177e9b (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.