REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT– TESTING OF WEAPON SYSTEMS AND OPERATIONS OF UNDERWATER LAUNCH TEST FACILITY (ULTF)

expired opportunity(Expired)
From: Federal Government(Federal)
N0016420SNB45

Basic Details

started - 25 Mar, 2020 (about 4 years ago)

Start Date

25 Mar, 2020 (about 4 years ago)
due - 13 Apr, 2020 (about 4 years ago)

Due Date

13 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
N0016420SNB45

Identifier

N0016420SNB45
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE NAVY (156738)NAVSEA (28086)NAVSEA WARFARE CENTER (18921)NSWC CRANE (2591)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

N00164-20-S-NB45 – REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT– TESTINGOF WEAPON SYSTEMS AND OPERATIONS OF UNDERWATER LAUNCH TEST FACILITY(ULTF)PSC – AC51 NAICS 541715Issue Date: 25 MARCH 2020Closing Date: 13 APRIL 2020This solicitation is being posted to both the BETA.SAM page located athttps://www.sam.gov. BETA.SAM is the single point of entry for posting of synopsis and solicitations to the internet.REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT:In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is issuing this RFI/sources sought announcement as part of market research.  The Crane Division, Naval Surface Warfare Center (NSWC Crane) is seeking information for market research purposes to acquire site activation, test and evaluation, and sustainment in support of the Underwater Launch Test Facility (ULTF) Program for prototype testing
and qualification of a launcher subsystem with respect to overall Weapons System. The tasking contemplated for this contract will be executed in a Government-Owned Contractor-Operated facility, located at NSWC Crane, IN and provides for Engineering and Technical Services for the operation of the ULTF. Campus Infrastructure includes Water Treatment, Operational Support Building, Warehouse, Mechanical and Engineering (M&E) Building, Laydown Areas, Crane Travel Way, and Launch Pit. Tasking shall include site-activation, test and evaluation, and support to enable fielding or deployment. Specific tasking shall include maintaining the Test Payload Tube; Control and Data Acquisition System; Launch Test Stand, Launch Test Vehicle; Cross Flow Simulator, Underwater Vehicle Arrestment System and the Launch Reaction Stand Enclosure. Additional tasking shall include, providing maintenance, modification and repairs to special test equipment; develop and update maintenance, test plans and other documentation for the ULTF during the period of performance of this requirement. The Government is accepting information regarding capabilities from companies potentially capable of meeting  the requirements as described above. Please provide information of performance on other Government contracts with similar efforts.NSWC Crane intends to award a contract on a sole-source basis to Jacobs Technology Inc. (1030 Titan Court Ste. 200, Fort Walton Beach, FL 32547). The basis for restricting competition is because the Government does not possess the capability, design knowledge,experience and process data adequate to allow for full and open competition. Based upon their unique building design, support equipment design, weapons testing system knowledge and experience, Jacobs Technology Inc. is the only contractor possessing the capability to provide the required supplies/services to meet mission requirements without significant duplicative costs and time delays to the Government, which would not be recouped through a competitivecontract action.The contract will be awarded pursuant to 10 U.S.C.2304(c)(1) and the Federal Acquisition Regulations 6.302-1, only one responsible source and no other type of supplies or services will satisfy agency requirements.The purpose of this RFI is to solicit information regarding capabilities from companies potentially capable of meeting the requirements as described above. In addition, interested parties will need to show competency in performing the functions normally associated with running a Government-Owned, Contractor-Operated type environment in a cost efficient manner throughout the life of the contract.Background:The Navy has been tasked with developing, testing and fielding a new Weapons System. The purpose of the ULTF is to provide risk reduction to the overall weapon system by conducting experimental and developmental underwater launch testing and qualification testing to support deployment of the new weapon system. The ULTF will not only aide in the conceptual design to support a new weapons system, through qualification of hardware, various components and systems, but will also provide risk mitigation for the testing of the new weapons system.Requested Information:Interested parties are requested to provide the information that identifies its capability to provide the support described herein. Interested parties are strongly encouraged to submit companyand product literature, and a white paper no longer than 20 pages.Interested parties must be properly registered in the System for Award Management (SAM) and may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov.Responses:Written responses shall be submitted via e-mail to the point of contact listed below by the closing date.NSWC Crane,Ms. Danielle Julian-Klier – Code 0232Crane, Indiana 47522danielle.julian-klie@navy.milResponses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minorityinstitutions.Responses to the RFI shall include the following:Submitter's NameStreet Address, City, State, nine (9) digit Zip CodePoint of Contact (POC)POC Telephone andDUNS numberCAGE CodeAnnouncement Number: N00164-20-S-NB45This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). This announcement does not constitute an Invitation forBids (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 orultimately award a contract.Responses to this notice cannot be accepted as offers. The U. S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT bereimbursed. Nothing in this announcement constitutes an obligation on the part of the U.S. Government, nor is the Government tasking any offeror to develop any technologies described herein.All interested parties should provide the requested information regarding this announcement no later than 1400 EDT on or before the closing date as specified at the beginning of this announcement, at the Naval Surface Warfare Center, Crane Division. Responses may besubmitted any time prior to expiration of this announcement. Responses received after 1400 EDT on the closing date may not be considered in the government's analyses.All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated.All changes that occur prior to the closing date will be posted to the Beta.SAM website https://www.sam.gov.Please reference Announcement Number: N00164-20-S-NB45 in all your correspondence.

WARFARE CENTER 300 HIGHWAY 361  CRANE , IN 47522-5001  USALocation

Place Of Performance : WARFARE CENTER 300 HIGHWAY 361 CRANE , IN 47522-5001 USA

Country : United StatesState : Indiana

Classification

naicsCode 541715Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
pscCode AC51