Description
The United States Government (USG) is issuing this SS announcement in accordance with 5.201(c) as part of market research. Naval Surface Warfare Center (NSWC) Crane Division is seeking information from companies that have the capability and facilities to overhaul and repair multiple radar systems, to include technical support services that complete the repair, overhaul, analysis, and shipboard installation process. This requirement is intended to include overhaul and repair service requirements previously met under N0016422DWP79. a) This SS is issued for conducting market research IAW FAR Part 10. b) The Government does not intend to award a contract on the basis of this solicitation nor to pay for the information solicited as a result of this notice. c) Although “proposal” and “offeror” may be used in the SS, your response will be treated as information only. It shall not be used as a proposal. d) The Government is not seeking or accepting unsolicited proposals. This notice shall not be constructed as a contract, a promise to contract, or a commitment of any kind by the Government. e) This SS is issued for the purpose of determining industry inputs and interest for the procurement of supplies and services. f) Any small business that believes they can accomplish this entire requirement should indicate their small business statue (see FAR Part 19) in their response. Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as “white paper”). Any responses received after the closing date will also be considered but may not be included in initial reporting or assessments. All responses should be submitted via email to Aunaka Wasil, Contract Specialist at Aunaka.l.wasil.civ@us.navy.mil and copy Diane Bright diane.m.bright5.civ@us.navy.mil. White papers, referenced within the Industry Response Questionnaire (Attachment 2), and submitted in conjunction with this SS, shall be in electronic format. Responses to this SS should not exceed ten (10) pages (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), typed in 12-point Times New Roman font, single spaced, with 1-inch margins. Paper should be 8.5” x 11” with a minimum of 1-inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format. Submitted electronic files should be compressed. All information received in response to this SS that is marked proprietary will be handled accordingly. Interested businesses with the capability and facilities to provide this type of service should review the draft SOW and reference documents (Attachment 1), address all Item Numbers within the Industry Response Questionnaire (Attachment 2), and submit th…
Classification
Place of Performance
Contracting Office
Contacts