Federal Contract Opportunity

Last Updated on 17 Apr 2024 at 8 PM
Special Notice
Crane Indiana

REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – Electric Timed Firing Device (ETFD)

Details

Solicitation ID N0016424SNB65
Posted Date 17 Apr 2024 at 8 PM
Response Date 31 May 2024 at 8 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nswc Crane
Agency Department Of Defense
Location Crane Indiana United states 47522

Possible Bidders

Ford Motor Company

Pleasanton Livonia Allen park Dearborn Detroit Washington

Prc-desoto International Incorporated

Glendale Irvine Burbank Mckinney

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

N0016424SNB65 – REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – Electric Timed Firing Device (ETFD) – FSC – 1375 – NAICS - 325920

Issue Date: 17 APRIL 2024 – Closing Date: 31 MAY 2024

Naval Surface Warfare Center (NSWC) Crane Division is issuing this RFI/Sources Sought as part of market research pertaining to the Electric Timed Firing Device (ETFD). This effort is underway to gauge potential interest and establish the current state of industry, which may result in a competitive, five-year Indefinite Delivery Indefinite Quantity contract.

The government is seeking companies with the capabilities and facilities to produce and test the ETFD Electric Timed Firing Device. The ETFD is a precision electronic timed firing device for use in initiating a wide range of explosives. The device is small, lightweight and can be quickly and easily adapted to a wide range of standard and improvised demolition charge configurations with the supplied adapters. The draft Level II Technical Data Package can be found in the attached documents, containing a user manual, mechanical drawings, bills of material, and electrical schematics. The design of the ETFD is owned by the USG and a build-to-print package containing mechanical and electrical definition will be provided to the manufacturer for the IDIQ contract.

The ETFD device as manufactured is an inert device with no energetics included directly in the shipping configuration. The ETFD can be paired with a Low Energy Explosive Foil Initiator LEEFI fuse that will be procured from an approved source of supply and will be provided in a different shipping configuration from the ETFD. This RFI/Sources Sought only relates to manufacturing the ETFD units and does not include the manufacturing of the energetic LEEFI fuse.  The interested parties should have the ability to handle and store these explosives for testing purposes.  More information about the various accessories and specifications are available in the attached user manual.

Firmware for the ETFD and companion app information will be provided to the vendor as GFP as part of the IDIQ contract. At this time, it is not the intent to have the manufacturer maintain the companion app or device firmware.

All interested parties are strongly encouraged to submit an abbreviated synopsis or white paper. White papers should not exceed 3-5 pages with an executive summary (short paragraph) on the effort and MAY include digital copies of similar product brochures, spec sheets, a technical description, a preliminary schedule, identification of risks, and current Technological Readiness Level (TRL). Submissions may be sent by any government or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns.

Responses from Small and Small Disadvantaged Businesses are strongly encouraged. Firms responding must indicate if they are a small business, socially and/or economically disadvantaged business, 8(a) firms, historically black colleges or universities, or minority institutions.

In order to be considered a small business for this procurement, companies must be able to complete no less than 50 percent of the cost of manufacturing, excluding the costs of materials IAW FAR 19.505. If you are considered a small business under the above NAICS, please confirm that your company is capable of performing at least 50 percent of the cost of manufacturing the supplies or products within your reply.

Responses to the RFI shall include the following:

Submitter’s Name and Business Size Status

Street Address, City, State, NINE (9) digit ZIP code

Point of Contact (POC)

POC telephone, facsimile numbers, and email

Announcement Number: N0016424SNB65

Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors 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. Information about the JCP is located at https://www.dla.mil/Logistics-Operations/Services/JCP/. The controlled attachments will be provided upon request, where the above has been verified.

All interested parties are encouraged to submit above information for the Government(s) review by 31 MAY 2024 at 2:00 pm EDT.  Information shall be submitted to Kristina Wagoner, [email protected], and Samuel Hass, [email protected].

At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/Sources Sought does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) and should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The Government is in no way liable to pay or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated.

Questions or inquiries should be directed to Kristina Wagoner, Code 0232, email: [email protected]. Please reference N0016424SNB65 in all correspondence and communication. UNCLASSIFIED responses to this RFI/Sources Sought shall be submitted as described above.