Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

53 -- Gun Weapon System (GWS) Rapid Machining Multi-Award Indefinite Delivery Indefinite Quantity (MAIDIQ) Contracts

Notice Date
1/13/2021 12:59:46 PM
 
Notice Type
Sources Sought
 
NAICS
332721 — Precision Turned Product Manufacturing
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N00178-21-R-4407
 
Response Due
1/27/2021 9:00:00 AM
 
Archive Date
04/27/2021
 
Point of Contact
Patricia M. Harper, Phone: 5406534482, Amy Richards, Phone: 5406537825, Fax: 5406534089
 
E-Mail Address
patricia.harper@navy.mil, Amy.Richards@navy.mil
(patricia.harper@navy.mil, Amy.Richards@navy.mil)
 
Description
This sources sought is being posted to the website at https://beta.sam.gov/.� It is understood that this is the single point of entry for posting of synopsis and solicitations to the Internet. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) seeks to obtain market research information from sources capable of fully satisfying information contained herein. NSWCDD seeks a contractor to manufacture, assemble, inspect, and deliver Gun Weapon System (GWS) components such as: Ammunition Handling System (AHS), Gun Mounts (GM), Trainable Gun Mounts (TGM), integration, maintenance and operational kits, gunner protection kits, and all future redesigned and upgraded assemblies that derive from research, prototyping, and developmental stages from Platform Integration Division (H40) projects.� Support includes fabrication and delivery of finished components in accordance with (IAW) a Government qualified TDP and packaging and delivery of hardware kits IAW Government qualified packaging and parts lists requirements.� These hardware kits will be used for the integration of GWS components that are eventually integrated onto various Department of Defense (DOD) platforms.� Tasking is further delineated in the Draft Statement of Work attached to this Source Sought Notice.� The immediate objective is to survey and assess interest from small businesses capable and interested in participating in this effort. Contract Type & Period of Performance: The Government Contemplates award of a multi-award Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. Set-Aside: The current Contractors are small businesses. The Government is conducting market research to determine if two (2) or more Small Businesses are capable of performing the work.� Responses to this Sources Sought will be evaluated to make this determination. Incumbent: This requirement is a direct follow-on to Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts N00178-17-D-0024 with Astro Machine Works and N00178-17-D-0025 with Merrill Aviation, Inc. Source Selection Procedures: Best Value source selection procedures will be employed. Documents: A draft Statement of Work (SOW) is attached to this sources sought. Request for Capability Statements: Capability statements are requested to determine if a small business set-aside can be made.� All small businesses capable of fully satisfying the requirements described above and outlined in the attachment should submit capability statements/expressions of interest providing the Government the necessary information to determine actual capability. Capability statements shall not exceed fifteen (15) pages and shall include the following items: (1) A company profile including CAGE Code and DUNS number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business); (2) A complete description of the offeror's capabilities relating specifically to the attached draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support; (3) A complete description of the offeror�s ability to meet the mandatory requirements defined in the draft SOW; (4) The specific capabilities of the offeror�s facilities available to meet this requirement; (5) Business / contracts / marketing office point(s) of contact; (6) A summary of specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services/materials provided, the dollar value of the effort, and the contract number; (7) Any additional information that may be useful to the successful procurement of the requirements, if solicited. (8) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier subcontractor, including an independent contractor, which has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� If �similarly situated entity� subcontracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� subcontracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting (DEVIATION 2019-O0003), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.� Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. Capability statements shall adhere to a fifteen (15) page submission limit, plus any commercial marketing information, brochures, or web links. General statements, not supported by the specific information requested above, will not be considered responsive. All information shall be submitted via e-mail to Contracting Officer: Amy T. Richards, amy.t.richards@navy.mil and Contract Specialist Patricia Harper, patricia.harper@navy.mil with reference number N00178-21-R-4407, no later than 1200 EST on January 27, 2021. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal. Questions or clarifications: companies are invited to submit questions on the requirement. Questions regarding this Requirement Notice must be received no later than 12PM on January 20, 2021. All questions are to be submitted via email to Contract Specialist: Patricia Harper, patricia.harper@navy.mil and Contracting Officer: Amy T. Richards, amy.t.richards@navy.mil, with email title to include: ""Sources Sought - N00178-21-R-4407"" in subject line. NOTE: This Sources Sought is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ), or an indication that the Government will contract for any of the items and/or services contained in this notice. All information and data received in response to this Sources Sought marked or designated as corporate property information will be protected and held in strict confidence. Individual correspondence should not be expected in advance of any resulting pre-solicitation notice for the proposed requirements. The government will not pay for the information solicited. Point of Contact is NAME; 540-653-4482 or Patricia Harper, patricia.harper@navy.mil and Amy T. Richards, Code 024; amy.t.richards@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e408f15da7d64cd5a9f168b3ea2f058a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05891680-F 20210115/210113230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.