Inactive
Notice ID:N6660421Q0030
AMENDMENT #1: The purpose of this Amendment is to extend the response time for this Sources Sought until Wednesday, 02 June 2021 at 2:00PM. All other terms and condistions of this Sources Sought remai...
AMENDMENT #1: The purpose of this Amendment is to extend the response time for this Sources Sought until Wednesday, 02 June 2021 at 2:00PM. All other terms and condistions of this Sources Sought remain unchanged by this Amendment. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is conducting market research to identify potential sources interested and capable of providing four (4) Low Radar Cross Section (LRCS) Mast Units, in accordance with the attached Drawing and Specification. THIS REQUEST FOR INFORMATION IS NOT A REQUEST FOR PROPOSAL. NUWCDIVNPT is seeking information for potential small business sources that possess the technical capability to manufacture four (4) LRCS Mast Units. The NAICS Code for this requirement is 334511, with a size standard of 1,250 employees, and the Product Supply Code (PSC) is 5985. A full quotation will not be required until the Request for Quote (RFQ) has been released. Place of Delivery: These four (4) LRCS Mast Units will be delivered to NUWCDIVNPT, with address to be provided at the time of RFQ release. It is requested that interested small businesses respond with a brief capabilities statement package (no more than 4 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the LRCS Mast Units, in accordance with the attached Drawing and Specification, to Justin Monti, at justin.g.monti@navy.mil, by 14:00 EDT on 05/28/2021. Questions or comments must be submitted by 14:00 EDT 05/26/2021. Late responses will not be considered. The Capability Statement must address, at a minimum, the following: Section 1: Introduction. Identify the Request for Information Number and Title Section 2: Corporate Description. - Name of Company and address; - 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 attached Drawing and Specification. Section 4. Technical Response. Provide a detailed technical response that addresses items 1-7 below. The Technical Response must detail the: 1. Respondent’s capacity and ability to produce the LRCS Mast Units in accordance with the attached Drawing and Specification. 2. Respondent’s ability to model or design the LRCS Mast Units to meet the requirements set forth in the Drawing and Specification. 3. Respondent’s ability to deliver the LRCS Mast Units in a timely manner upon contract award, and estimated lead time to manufacture the LRCS Mast Units in the attached Drawing and Specification. This response may include a project timeline with milestones identified by the Respondent. 4. Respondent’s ability to provide units for First Article Testing, if required. 5. Respondent’s ability to accomplish testing of the LRCS Mast Units to show compliance with requirements set forth in the Drawing and Specification, and ability to meet testing request deliverables. This response may include specifics such as testing equipment, facilities, testing setup, and description of special tooling or equipment that may need to be developed in support of this effort. 6. Respondent’s ability to provide quality assurance throughout internal processes to ensure a quality product is received upon delivery. This response may include related process-oriented certifications and specific production related quality processes. 7. Respondent’s production throughput capability. This response shall include the Respondent’s consideration of all currently held company production contracts and how the Respondent would plan to integrate additional Government throughput requirements into its productions capacity. As a reminder, it is anticipated that this effort will result in four (4) LRCS Mast Units total. Attachment (1) - Distribution D Drawing #50225/05054005 Attachment (2) - Distribution D Specification #07033157 Distribution D Drawing #50225/05054005 and Distribution D Specification #07033157 are available upon request, with restricted access. In order to obtain access, companies must be registered and have an active account in the Joint Certification Program (JCP). Requests for these items must be made by the individual listed in JCP and can be sent to Justin Monti at Justin.g.monti@navy.mil. Upon request, access to Distribution D Drawing #50225/05054005 and Distribution D Specification #07033157 will be provided via DOD safe to companies with an active account in the JCP. DISCLAIMER THIS REQUEST FOR INFORMATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS DOES NOT CONSTITUTE ASOLICITATION 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. .