Aegis 400Hz & 60Hz Combat Systems Equipment & Design Agent Engineering Services

expired opportunity(Expired)
From: Federal Government(Federal)
N6339418R-400HZ

Basic Details

started - 30 Aug, 2018 (about 5 years ago)

Start Date

30 Aug, 2018 (about 5 years ago)
due - 15 Oct, 2018 (about 5 years ago)

Due Date

15 Oct, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N6339418R-400HZ

Identifier

N6339418R-400HZ
Department of the Navy

Customer / Agency

Department of the Navy
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.

This is a Request for Information (RFI) as defined in FAR 15.201(e).Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement for Aegis 400Hz and 60Hz combat systems equipment and design agent engineering services to the NSWC PHD Air Dominance Department.  NWSC PHD is a field activity of Naval Sea Systems Command (NAVSEA). ISEA mission is to support the fleet modernization, including procurement of the following:  Ordinance Alteration (ORDALT) Kits (O/A 80817, P/N 970-46630-KIT; O/A 81310, P/N 970-48700-KIT; O/A 81074, P/N 970-48850-KIT), engineering design and development, field and emergent support services, ORDALT kit provisioning, depot support, integrated logistics support, and ISEA repair support services.This RFI is issued for informational and planning purposes only and does not constitute an Invitation for Bid, Request for Quote, or Request
for Proposal. This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government.Responses to this RFI may be used to determine Small Business set-aside opportunities. All Small Business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 335311.Interested parties shall address the following in their RFI submissions:1. COMPANY INFORMATION(a) Company name, address, Data Universal Number System (DUNS) number, and Commercial and Government Entity (CAGE) code.(b) Company designated representative name(s) and point(s) of contact, including phone number and email address.(c) Company size status under the applicable NAICS (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.).2. CAPABILITY STATEMENTInterested parties shall submit a Capability Statement that succinctly addresses the following items to demonstrate the contractor's capability to perform the requirements of the draft SOW:(a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the SOW, including the ability to support a multi-site workforce; (b) The contractor's technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the contract incurred for manufacturing the supplies, not including the cost of materials; and(c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed.(d) The contractor's ability to obtain a Secret Clearance for personnel.Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability.In addition to addressing items (a) through (d) above, respondents are encouraged to provide feedback and questions regarding the feasibility or challenges to perform the work described.NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the RFI.Please email responses or questions regarding this requirement to the Contract Specialist at myriam.padua-preissler@navy.mil with copy to the Contracting Officer at michael.d.thompson4@navy.mil.Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.Contact Information: Myriam Padua-Preissler, CONTRACT SPECIALIST, Email myriam.padua-preissler@navy.mil - Michael D. Thompson, Contracting Officer, Email michael.d.thompson4@navy.mil Office Address :4363 Missile Way Port Hueneme CA 93043-4307 Location: NSWC Port Hueneme Division Set Aside: N/A

Naval Surface Warfare Center Port Hueneme DivisionPort Hueneme, CALocation

Address: Naval Surface Warfare Center Port Hueneme DivisionPort Hueneme, CA

Country : United StatesState : California

You may also like

Planning, Design and Engineering Services for Transportation Facilities

Due: 08 Apr, 2025 (in 11 months)Agency: Department of Transportation

Engineering & Design Services

Due: 02 Feb, 2025 (in 9 months)Agency: Prince William Procurement Services

Please Sign In to see more like these.

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

Classification

NAISC: 335311 GSA CLASS CODE: 61