Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOURCES SOUGHT

59 -- Motor Control Panel (MCP) MK 448 Mod 1 - DRAWINGS/TDP - SOW

Notice Date
3/7/2018
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339418R0007
 
Archive Date
3/22/2018
 
Point of Contact
Susana Dryer, , Ciara Allison,
 
E-Mail Address
susana.dryer@navy.mil, ciara.allison@navy.mil
(susana.dryer@navy.mil, ciara.allison@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work Requirements: The Naval Surface Warfare Center, Port Hueneme Division (PHD NSWC) is seeking sources of supply for the procurement, fabrication, assembly, final acceptance, and delivery of MK 41 Vertical Launching System (VLS) Launcher) Motor Control Panel (MCP) MK 448 Mod 1 part number (P/N) 7103707-29. The MCP MK41 VLS will provide support to increased need of missile capacity, improved launcher system flexibility, and a variety of missiles required for multi-warfare missions and fast combat reaction times. This requirement will support the MK 41 VLS missile launching system TICONDEROGA (CG 47), ARLEIGH BURKE (DDG 51) Class Ships for the United States and allied Navy Surface Combatant units. The primary North American Industry Classification System (NAICS) code for this procurement is 334519 with a Size Standard of 500 employees. The requirement is a non-commercial built to print, which will be developed in accordance with a Government-owned Technical Data Package. Requirements to access Technical Drawings: The Statement of Work (SOW) and technical drawings associated with this requirement are labeled Distribution D which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only those with an active registration in JCP will be provided access to the technical specification drawings. Please visit https://www.dlis.dla.mil/JCP/Default.aspx for further details on the program and registration. In order to receive the Technical Drawings, interested parties must have a Confidential Clearance and be registered with the DOD Joint Certification Program (JCP). Small Business Concerns: It is requested that all interested Small Business concerns, including but not limited to HUBZone, 8(a) Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), respond with a Capability Statement which will be used to determine the availability of Small Business concerns for this requirement. Interested Small Business concerns must identify their small business socio-economic categories. Instructions to Respond to this RFI: To respond to the Sources Sought, please provide the following to susana.dryer@navy.mil by 4:00PM 21 March, 2018 Pacific Standard Time with the below information; Subject line on the email shall state "Sources Sought RFI, "N6339418R0007 Motor Control Panel" 1. A Capability Statement which succinctly address the following three items to demonstrate* the contractor's capability to perform this requirement in accordance with Statement of Work (SOW): (1) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the PWS. (2) The contractor's technical ability or potential approach to achieving technical ability. (3) The contractor's capacity or potential approach to achieving capacity, to conduct the requirements of the SOW. For the purpose of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. *Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability. Demonstrated performance must have been carried out within the preceding three (3) years. In addition to addressing items (1) - (3) above, interested parties are requested to address/include the following business information: a. DUNS number b. Organization Name c. Organization Address d. Point of Contact (including name, title, addresses, telephone number, fax number and Email address) e. Business size f. Socio-economic status (and if SDVOSB or VOSB, provide SDVOSB or VOSB CVE verification VOSB CVE verification) g. Participation in SA/Federal Supply Schedule (FSS) or Government Wide Acquisition Contracts (GWAC)? If yes, please provide the Contract #. h. CAGE Code 2. Joint Certification Program (JCP) Number 3. JCP Expiration date NOTE: Only information provided in the written Capability Statement shall be considered. Instructions to Request Technical Drawings shall be performed through Federal Business Opportunities by 4:00PM, 21 March 2018 Pacific Standard Time with the below information. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. Attachment: (1) Draft SOW is provided for information use only. Attachment: (2) Technical Drawings
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339418R0007/listing.html)
 
Place of Performance
Address: NSWC PHD, PORT HUENEME, California, 93012, United States
Zip Code: 93012
 
Record
SN04845316-W 20180309/180307231046-7c45fb8a9c41d0166091e22858cfe03e (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.