The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Sensors and SONAR Systems (Code 15) requires a low power, towed-array compatible form factor magnetometer with better than 1 nT √Hz signal to noise performance (SNR) with an output data rate between 10 Hz - 20 Hz.
NUWCDIVNPT is conducting market research to identify potential sources interested in and capable of providing the required magnetometers in accordance with the DRAFT minimum specifications and drawings, which are hereby attached as Attachment #1. Distribution D applies to Attachment #1; in order to obtain access to the minimum specifications/drawings, the respondent must have an active registration in the Joint Certification Program (JCP).
THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTE. It is a market research tool being used to determine potential and eligible business firms capable of providing the magnetometer in accordance with the attached DRAFT minimum specifications and drawings prior to determining the method of acquisition and issuance of a Request for Quote (RFQ). The NAICS for this requirement is 334511 with a size standard of 1,250 employees.
This is a new procurement. All interested Small and Large Businesses are encouraged to respond.
The results of this Sources Sought will be used to determine if a Small Business Set-Aside opportunity exists. All Small Business Set-Aside categories will be considered. Businesses are encouraged to provide a Capability Statement at this time. A full quotation will not be required until the RFQ has been released. This is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract which utilizes step-ladder pricing. The anticipated step-ladder pricing quantities can be seen in Attachment #2.
The anticipated delivery ordering schedule will span 5 years from the date of award. First Article Testing may be required at Government's discretion. After review of the submitted Capability Statements, NUWCDIVNPT will release a combined synopsis/solicitation to Industry regarding the acquisition strategy/decision (i.e., Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business).
It is anticipated that the RFQ will be posted in late May 2019, with contract award in late August 2019. The resulting IDIQ contract will use Firm Fixed Price (FFP) provisions accompanied by step-ladder pricing.
Place of Delivery: These magnetometers will be delivered to NUWCDIVNPT with address to be provided at the time of RFQ release.
It is requested that all interested businesses respond with a brief capabilities statement package (no more than 5 pages in length, single spaced, 12-point font minimum) demonstrating the ability to provide the magnetometers in accordance with the DRAFT minimum specifications/drawings to Christina Sherron, Contracts Specialist, at [email protected], by 1400 Eastern Daylight Time (EDT) on 3/27/2019. Questions or comments must be emailed to the Contract Specialist by 1000 EDT 3/22/2018. Late responses will not be considered.
The Technical Capability Statement must address, at a minimum, the following:
Section 1: Introduction.
Identify the Sources Sought Number and Title
Section 2: Corporate Description.
•· Name of Company and address
•· Confirmation of Company size status under NAICS Code 334511
•· Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB)
•· Two points of contact, including: Name, title, phone, and e-mail address
•· CAGE Code and DUNS Number
Section 3. Past/Current Performance.
Provide one (1) example of prior/current corporate experience delivering a similar magnetometer to a Department of Defense acquisition environment within the last three years, including contract number, organization supported, contract values, Government point of contact with current telephone number, and a brief description of how it is similar to the magnetometer requested.
Section 4. Technical Response.
Provide a detailed technical response that addresses the specifications that the magnetometers meet. Information should include:
•· The Respondent's capacity or potential ability to produce the magnetometers in accordance with the DRAFT minimum specifications/drawings.
•· Respondent's ability to deliver the magnetometers in a timely manner upon contract award.
•· Respondent's ability to provide units for First Article Testing, if required.
•· Production throughput capability (i.e., what quantity of magnetometers can be delivered per month in what timeframe after contract award.) This response shall include the Respondent's consideration of all currently held Company production contracts and how the Respondent would plan to integrate additional Government throughput requirements into its production capacity. It is anticipated that this effort will be structured as a five (5) year, Indefinite Delivery/Indefinite Quantity (IDIQ) type.
Attachment (1) DRAFT Minimum Specifications/Drawings
Attachment (2) DRAFT Step-Ladder Pricing Quantities
DISCLAIMER: This Sources Sought is for informational purposes only. This is not a Request for Quote (RFQ) and 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 Interested Parties to this technical description is purely voluntary.