SOURCES SOUGHT
58 -- TR-302 and 355 Transducers
- Notice Date
- 4/29/2025 4:43:46 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-25-R-0236
- Response Due
- 5/5/2025 8:00:00 AM
- Archive Date
- 05/20/2025
- Point of Contact
- Kerin Prairie, Phone: 4018323037, Andrew Kenyon, Phone: 4018327290
- E-Mail Address
-
kerin.m.prairie.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil
(kerin.m.prairie.civ@us.navy.mil, andrew.kenyon3.civ@us.navy.mil)
- Description
- NUWC Division Newport (NUWCDIVNPT) is seeking information regarding potential sources capable of designing, manufacturing, testing, packaging, and delivering TR-302 and 355 Transducers that meet the performance requirements of the Critical Item Performance Specification (CIPS) in the Statement of Work (SOW). THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL: It is a market research tool being used to identify potential sources and determine whether any set aside opportunities exist. The NAICS for this requirement is 334511 with a size standard of 1,350 employees. This requirement is a follow-on to contract N6660418DD800, which was solicited under full and open competition via solicitation N6660417R1772. The incumbent contractor is Massas Products Corp. All interested companies, small and large, are encouraged to respond. The resulting contract will be a five year IDIQ with FFP provisions. Place of Performance will be 100% Contractor Facility. After reviewing the results of this Sources Sought, NUWCDIVNPT will release a synopsis announcing the strategy/decision (i.e. Unrestricted, small, small disadvantaged, 8(a), Women Owned, HUBZone, or SDVOB) prior to release of the solicitation. It is anticipated that the solicitation will be posted in May 2025, with contract award estimated to be in or before March 2026. It is requested that interested businesses respond with a brief capabilities statement package (no more than 5 pages in length using single spaced, 12 point font minimum) demonstrating ability to perform the requirement listed in the attached SOW to Kerin Prairie, Contract Negotiatior, at kerin.m.prairie.civ@us.navy.mil and Andrew Kenyon, Contracting Officer, at andrew.kenyon3.civ@us.navy.mil by 1100 on May 05, 2025. Questions or comments must be submitted by 1400 on May 01, 2025. Absolutely no requests for extensions to either deadline will be honoroed and late responses will not be considered in the acquisition strategy decision. The Capability Statement must address, at a minimum, the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. Name of Company and address Contract number Confirmation of Company size status under NAICS Code 334511 Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business Two points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number Section 3. Past/Current Performance. Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW. Section 4. Technical Response. Provide a technical response that includes the following: Statement regarding capability to manufacture TR-338D Transducers that meet the Critical Item Performance Specification (CIPS) requirements. Describe the expected delivery and throughput capability from contract award to delivery of first article and production TR 338D transducers. Describe the test facilities and equipment to which the potential offeror has access to in order to meet the procurement requirements. If the potential offeror does not own its facilities and equipment, the response shall include evidence that it will have a commitment or an arrangement to rent, purchase or otherwise acquire the needed facilities and equipment. Section 5. Applicable Compliances. Provide a technical response that includes the following: National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 is applicable. In order to be considered for an award, the Offeror shall have a current assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) (see 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at: https://www.acq.osd.mil/asda/dpc/ce/index.html (1) The Offeror shall verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) for all covered contractor information systems relevant to the offer. (2) If the Offeror does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the Offeror may conduct and submit a Basic Assessment to mailto:webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) of this provision. Include a statement verifying that summary level scores of a current NIST SP 800-171 DoD Assessment are posted in SPRS or confirm willingness and capability to submit a Basic Assessment to SPRS. NOTE: This solicitation will be N66604-25-R-0468. Attachment (1) DRAFT Statement of Work (SOW) DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS 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 ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/31448180039d4a1bb9ef485caf790035/view)
- Record
- SN07425445-F 20250501/250429230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |