LANDING CRAFT AIR CUSHION (LCAC) SENSOR INTERFACE UNITS
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159739815555097 |
Posted Date: | Mar 3, 2023 |
Due Date: | Mar 17, 2023 |
Solicitation No: | N61331-23-SN-Q15 |
Source: | https://sam.gov/opp/f35a1efdaf... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Updated)
- All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Updated Published Date: Mar 03, 2023 12:42 pm CST
- Original Published Date: Feb 28, 2023 02:26 pm CST
- Updated Response Date: Mar 17, 2023 03:00 pm CDT
- Original Response Date: Mar 15, 2023 03:00 pm CDT
- Inactive Policy: Manual
- Updated Inactive Date: Mar 18, 2023
- Original Inactive Date: Mar 16, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 5963 - ELECTRONIC MODULES
-
NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
-
Place of Performance:
Bohemia , NY 11716USA
The purpose of this Sources Sought notice is to comply with Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award a sole source firm fixed price contract to Kampi Components Co., Inc., (CAGE Code 7Z016), 88 Canal Road, Fairless Hills, PA 19030-4302, the only authorized distributor of North Atlantic Industries for the acquisition of up to fifty (50) Sensor Interface Units (SIUs) with P/N: SIU35-AB-0002. These items are for the Ship to Shore Connector (SSC) Command, Control, Communications, Computers, and Navigation (C4N) system and for design integration in the System Integration Lab (SIL). These sensor interface units are currently being used in the SSC craft design, which has been environmentally tested, approved for use in the authority to operate (ATO), and is currently fielded.
The anticipated contract will contain a twelve (12) month base period plus three (3) twelve (12) month option periods for a total period of performance of forty-eight (48) months, if all options are exercised. The anticipated PSC, NAICS Code, and Size Standard are as follows:
PSC: 5963, Electronic Modules
NAICS Code: 334511
Size Standard: 1,250 employees
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice.
SUBMISSION CONTENT: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following:
a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base.
b) NSWC PCD requests that companies respond by submitting (1) a summary outline and capabilities statement showing how requirements (summarized above) for the acquisition of Sensor Interface Units will be met; (2) contract numbers and descriptions for similar type work and products as evidence of capabilities; (3) a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement; (4) any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability.
Submit responses to Nitaya Prater, Contract Specialist, via e-mail at nitaya.prater.civ@us.navy.mil and Contracting Officer, Joan Troutman at joan.r.troutman.civ@us.navy.mil no later than Wednesday, March 17, 2023, 3:00 pm CDT.
This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the Government’s capability assessment.
This sources sought closes on Wednesday, March 17, 2023, 3:00 pm CDT.
- PANAMA CTY DIVISION 110 VERNON AVE
- PANAMA CITY BEACH , FL 32407-7001
- USA
- Nitaya Prater
- nitaya.prater.civ@us.navy.mil
- Joan R. Troutman
- joan.r.troutman.civ@us.navy.mil
- Mar 03, 2023 12:42 pm CSTSources Sought (Updated)
- Feb 28, 2023 02:26 pm CST Sources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.