Search Contract Opportunities

MK 235 LCU   2

ID: N6339419R0008 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 18, 2019, 11:20 a.m. EDT
AMENDMENT 0016: The purpose of this amendment is to: (1) Provide responses to additional industry questions received to date; and (2) Revise Section L to allow submission of proposals via email. A standalone copy of Amendment 0016 is attached along with a conformed copy of the solicitation through Amendment 0016. The proposal due date remains unchanged as a result of this amendment.
Posted: Sept. 8, 2019, 3:07 p.m. EDT
Posted: Sept. 8, 2019, 2:33 p.m. EDT
Posted: Sept. 3, 2019, 8:13 p.m. EDT
Posted: Sept. 2, 2019, 2:43 p.m. EDT
Posted: Aug. 27, 2019, 2:51 p.m. EDT
Posted: Aug. 25, 2019, 12:21 p.m. EDT
Posted: Aug. 22, 2019, 5:50 p.m. EDT
Posted: Aug. 21, 2019, 8:10 p.m. EDT
Posted: Aug. 20, 2019, 4:53 p.m. EDT
Posted: Aug. 20, 2019, 3:54 p.m. EDT
Posted: Aug. 8, 2019, 2:00 p.m. EDT
Posted: Aug. 5, 2019, 7:10 p.m. EDT
Posted: July 21, 2019, 11:49 a.m. EDT
Posted: July 6, 2019, 11:44 a.m. EDT
Posted: June 19, 2019, 9:44 p.m. EDT
Posted: Feb. 20, 2019, 6:40 p.m. EST
This is a Request for Information (RFI) as defined in FAR 15.201 (e). Naval Surface Warfare Center (NSWC), Port Hueneme Division (PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement for the procurement, fabrication, assembly, test, final acceptance and delivery of Vertical Launching System (VLS) Launch Control Unit (LCU) MK 235 Mod 11 part number (p/n) 7104280-119 and MK 235 Mod 12 p/n 7104280-129.
The attached draft Statement of Work (SOW) defines the efforts required to provide LCU MK 235 Mod 11 and Mod 12 units to the Air Dominance Department of the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), Port Hueneme, California. All offerors shall have an International Organization for Standardization (ISO) 2001:2015, 2008 or AS9100D certificationThis RFI is issued for informational and planning purposes only and does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP). 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 334519 Other Measuring and Controlling Device Manufacturing. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50% of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the concern.
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 STATEMENT
Interested 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 draft SOW;
(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 draft 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.
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.
(4) 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.
RFI responses are limited to no more than 20 pages (8.5 X 11 inch) and 10-point Times New Roman font. Please email responses or questions regarding this requirement to the Contract Specialist, Ciara Allison (ciara.allison@navy.mil) with copy to the Contracting Officer, Michael Thompson (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.

Overview

Response Deadline
Sept. 27, 2019, 4:00 p.m. EDT (original: March 7, 2019, 12:00 p.m. EST) Past Due
Posted
Feb. 20, 2019, 6:40 p.m. EST (updated: Sept. 18, 2019, 11:20 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
54%
On 2/20/19 Naval Sea Systems Command issued Sources Sought N6339419R0008 for MK 235 LCU due 9/27/19. The opportunity was issued full & open with NAICS 334519 and PSC 66.
Primary Contact
Title
Contract Specialist
Name
Ciara Allison   Profile
Phone
None

Secondary Contact

Title
Contracting Officer
Name
Michael Thompson   Profile
Phone
None

Documents

Posted documents for Sources Sought N6339419R0008

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N6339419R0008

Contract Awards

Prime contracts awarded through Sources Sought N6339419R0008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6339419R0008

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6339419R0008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > COMMANDING OFFICER
FPDS Organization Code
1700-N63394
Source Organization Code
100076483
Last Updated
Sept. 18, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 18, 2019