Federal Bid

Last Updated on 09 May 2022 at 4 PM
Sources Sought
Newport Rhode island

TR-364A First Article and Production Projectors

Solicitation ID N66604-22-R-0341
Posted Date 09 May 2022 at 4 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nuwc Div Newport
Agency Department Of Defense
Location Newport Rhode island United states 02841

Sources Sought #N66604-22-R-0341 NUWCDIVNPT Code 1535 TR-364A Projector Production Contract

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.  It is a market research tool being used to identify potential eligible small businesses capable of producing the items described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP).

Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking to identify potential small business sources capable of designing, documenting, manufacturing, testing, packaging, and delivering TR-364A Projector First Article and Production Assemblies that meet the performance requirements of the TR-364A Projector Critical Item Performance Specification (CIPS).  Additionally the Government requires build-to-print TR-364A spare parts in accordance with Government provided Drawings for the following spare parts: Bladder Assembly Volume Compensator (Part Number: 8192788-1); Array Window, Projector (Part Number: 8192811-1); Connector, M24217/4-006 Titanium (MOD) (Part Number: 7615483-1); Shield, Array Window, Projector (Part Number: 8192806-2); Nodal Ring Grommet (Part Number: 8192798-1); Weld Assembly Housing 24 Channel Projector (Part Number: 8192804-2); Array Module Assembly Projector (Part Number: 8192777-1). The NAICS for this requirement is 334511 with a size standard of 1,250 employees.  The anticipated ordering period shall not exceed 5 years from the date of award, however, it is estimated that it could take up to 7 years to complete all orders.

All interested small businesses are encouraged to submit a Capability Statement (no more than 5 pages in length, single spaced, 12 point font minimum) addressing at a minimum, the following:

Section 1: Introduction.  Identify the Sources Sought Number and Title

Section 2: Corporate Description

  • Name of Company and address
  • Contract number
  • Confirmation of Company size status under NAICS Code 334511
  • Ownership, including whether:  Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business
  • Two points of contact, including: Name, title, phone, and e-mail address
  • CAGE Code and DUNS Number
  • Confirmation of Facility Clearance and Safeguarding Levels

Section 3. Past/Current Performance.  Provide one (1) example of prior/current corporate experience requiring similar technical capability within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to manufacturing TR-364A Projectors First Article and Production Assemblies.

Section 4.  Technical Response.  Provide a technical response that includes the following:

  • Statement regarding capability to manufacture TR-364A Projectors that meet the Critical Item Performance Specification (CIPS) requirements. 
  • Statement regarding capability to manufacture build-to to-print TR-364A spare parts.
  • Describe the expected delivery and throughput capability from contract award to delivery of first article and production TR-364A Projectors.
  • Describe the test facilities and equipment to which the potential offeror has access to in order to meet the procurement requirements.  If the potential offeror does not own its facilities and equipment, the response shall include evidence that it will have a commitment or an arrangement to rent, purchase or otherwise acquire the needed facilities and equipment. 

Section 5.  Applicable Compliances.  Provide a technical response that includes the following:

  • National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 is applicable.  In order to be considered for an award, the Offeror shall have a current assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) (see 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/asda/dpc/cp/cyber/safeguarding.html

(1) The Offeror shall verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) for all covered contractor information systems relevant to the offer.

(2) If the Offeror does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the Offeror may conduct and submit a Basic Assessment to mailto:[email protected] for posting to SPRS in the format identified in paragraph (d) of this provision.

Include a statement verifying that summary level scores of a current NIST SP 800-171 DoD Assessment are posted in SPRS or confirm willingness and capability to submit a Basic Assessment to SPRS.

Attachment (1) DRAFT Statement of Work (SOW)

Attachment (2) Critical Item Performance Specification (CIP) No. 53711-7545925D

Attachment (3) Configuration Management Engineering Drawing Requirements No. 553711-00267RD, Rev C

Attachment (4) Configuration Management Engineering Change Document No. 53711-00266MN, Rev A

Attachment (5) Array Module Assembly Projector Drawing 819277 Rev A

Attachment (6) Array Window Projector Drawing 8192811 Rev B

Attachment (7) Bladder Assembly Volume Compensator Drawing 8192788 Rev -

Attachment (8) Connector M24217/4-006 Titanium (MOD) Drawing 7615483 Rev A

Attachment (9) Nodal Ring Grommet Drawing 8192798 Rev B

Attachment (10) Shield, Array Window, Projector Drawing 8192806 Rev A

Attachment (11) Weld Assembly Housing 24 Channel Project 8192804 Rev D

In order to receive the drawings/specifications/technical data package (TDP)/government furnished information (GFI), the company must be registered in the DOD Joint Certification Program (JCP). Once approved for the JCP the company will have access to the drawings through SAM.GOV. Registered users are required to log in to their SAM account and have an active registration with JCP to view and download copies of the material. You must be certified under the United States/Canada Joint Certification Program (JCP) (https://www.dlis.dla.mil/jcp/) to be granted access to the technical documentation, via SAM (https://sam.gov).

Capability Statements must be submitted to Dawn A. Griffin, Contracts Negotiator, at [email protected] no later than 14:00 EDT on 5/23/2022 questions or comments must be submitted by 14:00 EDT 05/16/2022.  All interested small businesses are encouraged to respond. Absolutely no requests for extensions will be honored.  Late responses will not be considered.

The results of this Sources Sought will be used to determine if a Small Business Set-Aside opportunity exists.  After review of the submitted Sources Sought, NUWCDIVNPT will release a Pre-Solicitation Synopsis which will identify the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business) prior to release of the final RFP.  It is anticipated that the RFP will be posted in July 2022, with contract award in March 2023. 

DISLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.  THIS IS NOT A REQUEST FOR PROPOSAL (RFP).  THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.

Bid Protests Not Available

Similar Past Bids

Newport Rhode island 22 Nov 2022 at 7 PM
Newport Rhode island 23 Jan 2023 at 5 PM
Newport Rhode island 16 Feb 2023 at 5 PM
Newport Rhode island 06 Mar 2023 at 2 PM
Location Unknown 25 Mar 2022 at 4 AM

Similar Opportunities

Michigan 02 May 2024 at 5 PM
Wyoming 30 Apr 2024 at 5 PM
Philadelphia Pennsylvania 28 May 2024 at 4 AM
Location Unknown 30 Apr 2024 at 4 AM