Inactive
Notice ID:N0025322R0023
**EDIT 9/17/2021: The following historical procurement data is provided in response to a question submission: N0025317C0006, Mantec Services Inc., Seattle WA. However, this contract was for older vers...
**EDIT 9/17/2021: The following historical procurement data is provided in response to a question submission: N0025317C0006, Mantec Services Inc., Seattle WA. However, this contract was for older version(s) (prior “Rev”) of the drawing(s).** This Sources Sought Notice is a Request for Information (RFI) in accordance with FAR 15.201 and in anticipation of a future procurement. The Naval Sea Systems Command (NAVSEA), Naval Undersea Warfare Center Division Keyport (NUWCDK) is conducting market research to determine industry capability and interest in manufacturing Bag Assembly, Cold Gas per NAVSEA Drawing 8290040 Rev D, associated NAVSEA drawings 8290018 Rev A, 8290019 Rev B, 8290346 Rev A, and 8290021 Rev C; and the Statement of Work. The anticipated contract will be firm fixed price, single-award indefinitely delivery indefinite quantity contract, with a 5-year ordering period. The following NAICS are applicable: 325211, Plastics Material & Resin Manufacturing; 325920, Explosives Manufacturing; 326130, Laminated Plastics Plate, Sheet (except Packaging), and Shape Manufacturing; 334511, Search, Detection, Navigation, Guidance, Aeronautical, & Nautical System & Instrument Manufacturing. Product or Service Codes (PSCs) are applicable: 1355, Ammunition & Explosives; 1356, Torpedos & Components, Explosive; and 9330, Plastics Fabricated Materials. The drawings are unclassified technical information which are restricted by the Arms Export Control Act and are available ONLY to the Company’s Data Custodian who is registered under the Defense Logistics Agency (DLA) Joint Certification program (JCP). Contractor Data Custodians who are not registered with DLA JCP can obtain registration information at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP.aspx or via telephone at 877-352-2255. Company shall meet the following minimum qualification requirements to qualify to receive the drawings: Current National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 assessment (not more than 3 years old) with a minimum Confidence Level of “Medium”. Additional information regarding NIST SP 800-171 DoD Assessments can be found at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html. Active DLA JCP certificate found at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. A draft of the contract line items, unit price stepladders, statement of work, Contract Data Requirements Lists, and an RFI Questionnaire are attached to this announcement. To obtain the drawings, the appointed Data Custodian identified in the JCP must submit a request for the drawings to Julie.Thomas@navy.mil. The request must include the Company Name, CAGE Code, and Data Custodian’s Name and email address. Questions regarding this RFI should be submitted to Julie.Thomas@navy.mil. Interested companies should complete and submit the RFI Questionnaire to Traci.Seeley@navy.mil. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. NUWCDK may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government; the Government will not pay for any effort expended or any material provided in response to this Sources Sought Notice. This RFI is not a request for proposal. The purpose of this notice is to gather information from the market place. Information provided in response to this notice will not be considered an offer by the responding company and cannot be accepted by the Government to form a binding contract. Responses are requested no later than 2 PM (Pacific) on September 26, 2021.