Life Cycle Support for Dual Band Radar
MARKET SURVEY - Request for Information (RFI): The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) issues this Sources Sought Notice as a means of conducting market research to identify... MARKET SURVEY - Request for Information (RFI): The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement. This Sources Sought Notice is focused on identifying capabilities in the market place and resources to support this requirement, as well as obtaining related technical information for the procurement of the items listed below. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334511, with a Small Business Size Standard of 1,250 Employees. Product Service Code (PSC) is R425. The envisioned items anticipated to be procured from a contractor as a result of a potential future solicitation is identified below. Statements of Work for Services rendered by IBM for four (4) separate Statements of Work (SOW) actions to provide life cycle support for Dual Band Radar (DBR): 1) Test and repair on-site Wallops Island defected components at Wallops Island, VA [IBM SOW 5X-96Q89KZ at Wallops Island, VA: hourly relocation services, hourly test and repair on-site Wallops Island defected components, hourly standby services]. 2) Configure Wallops Island system and install/restore system to original configuration including partition of hard drives at Wallops Island, VA [IBM SOW IH-I2WV41H at Wallops Island, VA: hourly relocation services, hourly configure Wallops Island system and install/restore system to original configuration including partition of hard drives, hourly standby services]. 3) Replace defected components in USS MICHAEL MONSOOR (DDG1001) and return system to normal operational condition at PHD, CA [IBM SOW LS-JIIL420 at PHD, CA: hourly relocation services, hourly replace defected components in USS MICHAEL MONSOOR (DDG1001) and return system to normal operational condition, hourly standby services]. 4) Replace defected components in USS GERALD R. FORD (CVN78) and return system to normal operational condition at Wallops Island, VA [IBM SOW P2-HRHQ6ML at Wallops Island, VA: hourly relocation services, hourly replace defected components in USS GERALD R. FORD (CVN78) and return system to normal operational condition, hourly standby services]. Requested Information: The Navy requests the following information from parties interested in responding to this Sources Sought Notice: a. Company Name, Address, CAGE Code, DUNS. b. Response Point of Contact name, telephone number, email address, and website URL. c. Tailored Information describing company capabilities, resources, experience, and product lines that demonstrate an ability to provide the items described above. d. Business Size, Special Size Sub-Category, and Type of Ownership for the Company. e. Rough Order of Magnitude (ROM) cost estimate to provide the items in the quantity described above f. Feedback and questions regarding the feasibility or challenges for providing the items described above g. Information regarding the commerciality of the items described above Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. At the time of this publication, the Government intends to enter into a Firm Fixed Price (FFP) contract with International Business Machines (IBM) Corporation, IBM Global Technology Services (GTS), CAGE: 3BXY7. The Government will evaluate market information to ascertain potential market capacity to: a. Provide supplies consistent in scope and scale with those described in this notice and otherwise anticipate b. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services should respond to this Sources Sought Notice. Responses are required to be received no later than 5:00 PM Pacific Time on 04 June 2019. Responses should be provided in formats compatible with Microsoft Office 2010 for Windows or Adobe Portable Document Format (pdf). Receipt of responses will be acknowledged. Responses will not be returned. Following the date of response submission, the Government may contact respondents to seek clarification of submitted information. All responses under this Sources Sought Notice shall be submitted to Rachel T. Smith at rachel.t.smith@navy.mil. If you have any questions concerning this opportunity, please contact: Rachel T. Smith at rachel.t.smith@navy.mil. The Government WILL NOT PAY for any information received in response to the Sources Sought Notice nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government. Proprietary and Limited Distribution: It is incumbent upon parties providing responses to this Sources Sought Notice to identify all data contained within that is proprietary or has limited distribution requirements. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. There is no solicitation at the current time and NO FUNDING IS AVAILABLE for contractual efforts. This Sources Sought Notice does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any costs incurred by interested companies in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »