FY19-12173 High Voltage Power Supplies
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 811219, with a Small Business Size Standard of $20.5. The envisioned item anticipated to be procured from a contractor because of a potential future solicitation is identified below. AN/SPQ-9B radar is a multi-mission radar that performs detection and tracking of Anti-Ship Cruise Missiles (ASCMs), surface craft, UAV's, helo's and periscopes. Radar track data is then fused with other shipboard sensors in support of missile and gun engagement against air and surface threats. Each AN/SPQ-9B radar Transmitter contains four High Voltage Power Supplies (HVPS), P/N: 6869024-1, that are used to provide very phase stable power to the four Traveling Wave Tubes (TWTs) within the Transmitter cabinet. The TWTs amplify the transmit Radio Frequencies (RF) to a level that allows the radar to detect hostile air and surface targets. dB Control, the manufacturer of HVPS and HVPS Test Load, specifically designed HVPS to operate with the TWT to meet the power phase stability and voltage level requirements of the TWT; and HVPS Test Load, P/N DB-5009, is specially designed to mimic the impedance load of the TWT when a failure occur within the SPQ-9B transmitter to determine whether a TWT or HVPS has failed. dB Control is the only manufacturer of the HVPS and HVPS test load and the only vendor able to repair them. The government does not own the drawings and test procedures for the HVPS and HVPS Test Load thus preventing other vendors from possibly repairing these devices. NSWC PHD is responsible for replacing HVPS and HVPS Test Loads that fail onboard ships when the radar is initially installed and going through installation and checkout testing. Currently, NSWC PHD has no operational HVPS and HVPS Test Loads available to support shipboard installation and checkouts for Australian Air Warfare Destroyer. It is critical that these assets be repaired to support AN/SPQ-9B installation checkout on Australian Air Warfare Destroyer. NSWC PHD has been repairing HVPS via dB Control since 2008. •1) High Voltage Power Supplies (HVPS) (Evaluate & Repair), P/N: 6869024-1; MODEL#dB-2412-02, 2 Ea, DB Control owns the part numbers. 2) High Voltage Power Supplies (HVPS) (Test Load ) (Evaluate & Repair), P/N DB-5009, 1 EA 3 To include shipping charges 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. 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, •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 provide the above-listed items should respond to this Sources Sought Notice. Responses are required to be received no later than 12:00 PM Mountain Standard Time on 8 August 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 Margaret Best at margaret.best@navy.mil or Christine Anderson at christine.anderson@navy.mil. If you have any questions concerning this opportunity, please contact: Margaret Best at margaret.best@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 »