Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
MODIFICATION

13 -- Line Spectrum Generator (LSG) Compensators

Notice Date
7/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 610 Dowell Street, Keyport, Washington, 98345-7610, United States
 
ZIP Code
98345-7610
 
Solicitation Number
N00253-17-S-9701
 
Point of Contact
Cynthia R. Harley, Phone: 3603153868
 
E-Mail Address
cindy.harley@navy.mil
(cindy.harley@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Response Date has been extended from 6 July 2017 to 13 July 2017. The Government is conducting market research to determine the level of interest in the following non-commercial supply items. This is not a Request for Proposal (RFP) and award of a contract will not be made as a result of this questionnaire. Naval Undersea Warfare Center (NUWC) Division, Keyport is requesting assistance from industry in regards to the potential for small business participation and the capabilities of large and small business entities, in the preparation of an anticipated Firm-Fixed Price (FFP) non-commercial supply-type contract for Line Spectrum Generator (LSG) Compensators, to be manufactured, tested, and delivered in accordance with Drawing 2819952-2 Rev AM and associated specifications. This Market Research Questionnaire is intended to assist the Government in determining the probability of large or small business prime contractors responding to a future RFP to provide the required items. The Government anticipates making future decisions regarding the procurement process utilized for a potential solicitation, based on the responses received from both large and small businesses that indicate an interest and the capability to provide the required items. The procurement is expected to consist of a total maximum of 97 each LSG compensators consisting of two First Articles (FAs) and 15 each production units for the base year. If exercised, each option year is expected to consist of 20 additional production units. Delivery of first articles will be required within 245 days of contract award, with production unit delivery 245 days after the first article approval. First Articles may or may not be waived for vendors who have previously manufactured the same requirement. The applicable NAICS code for this requirement is 334511 with a small business size standard of 1,250. The Defense Priorities and Allocations system (DPAS) applicable assigned rating for this requirement will be DO-C9. Drawings and technical information referenced in this notice are restricted by the Arms Export Control Act and are ONLY available to vendors/contractors appointed Data Custodians that are registered with Defense Logistics Information Service (DLIS) Joint Certification Program (JCP). Vendor's/Contractor's Data Custodian's that are not registered with DLIS JCP can obtain registration information at www.dlis.dla.mil/jcp/ or by phone at 888-352-9333. DO NOT attach or email restricted drawings or restricted information in response to this notice. Performance under a contract awarded against a future solicitation requires the contractor to adhere to Operations Security (OPSEC) requirements. Explanation of these requirements is detailed in Section I of the Operations Security Guide for Defense Contractors available online at: http://www.navsea.navy.mil/Home/WarfareCenters/NUWCKeyport/Resources.aspx; click on OPSEC Guide for Defense Contractors on the right-hand side. The Government may not respond to any specific questions or comments submitted in response to this sources sought notice or information provided as a result of this sources sought notice. Any information submitted by respondents is strictly voluntary. The Government is not soliciting, nor will it accept proposals as a result of this sources sought notice. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later via the Government-wide point of entry and all interested parties must respond to that solicitation announcement separately from the response to this sources sought notice. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. Respondents will NOT be notified of the results of this evaluation, and the final determination regarding the utilization of a small business set aside will be conducted per the regulatory requirements of FAR Part 19, Small Business Programs. All documentation shall become the property of the Government. All information will be kept confidential and will not be disseminated to the public. This Sources Sought Notice and Market Research Questionnaire is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-17-S-9701/listing.html)
 
Record
SN04568489-W 20170708/170706234429-60d26e62622e53fe69c869024be97497 (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.