Inactive
Notice ID:N00024-0253-MK_51_GWS
The Naval Sea Systems Command is seeking sources capable of providing spares, engineering and technical services for the MK 51 Gun Weapon System (GWS) to include repairs, installation support under a ...
The Naval Sea Systems Command is seeking sources capable of providing spares, engineering and technical services for the MK 51 Gun Weapon System (GWS) to include repairs, installation support under a Blanket Ordering Agreement. The MK 51 GWS installed on the DDG-1000 provides the capability to meet Naval Surface Fire Support missions. BAE Systems Land and Armaments of Minneapolis, Minnesota is the original equipment manufacturer and the only known responsible source with the specialized knowledge to be able to satisfy engineering design, development, interfacing, training, and software maintenance requirements necessary to maintain, repair, and modify the MK 51 GWS. Interested vendors should submit a capability statement (not to exceed ten pages) to the points of contacts listed below that demonstrates their capability to perform the efforts described above. The capability statement shall include: -Company name -Address -Business size (small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable] -Point of contact (POC) information for the interested firm -Company's technical capabilities -If your company has an approved Quality Management System (in accordance with NAVSEA Standard 009-04). -Relevant Past Performance Information - include contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The Government will review each respondent's capability statement to determine if the respondent has the requisite experience to perform the requirements. This notice is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This notice does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this notice. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this notice will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. Responses to the notice will not be returned.