California Bids > Bid Detail

TTWCS SUITES OF EQUIPMENT

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159448959281295
Posted Date: Feb 27, 2023
Due Date: Mar 17, 2023
Solicitation No: N63394200027
Source: https://sam.gov/opp/22886a5c50...
Follow
TTWCS SUITES OF EQUIPMENT
Active
Contract Opportunity
Notice ID
N63394200027
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
COMMANDING OFFICER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 27, 2023 02:26 pm PST
  • Original Response Date: Mar 17, 2023 04:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5342 - HARDWARE, WEAPON SYSTEM
  • NAICS Code:
    • 334111 - Electronic Computer Manufacturing
  • Place of Performance:
    Port Hueneme CBC Base , CA 93043
    USA
Description

SOURCES SOUGHT TTWCS SUITES OF EQUIPMENT NOTICE



The Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) is tasked with producing the Tactical Tomahawk Weapon Control System (TTWCS) suites of equipment for installation on new ships and to retrofit into existing ships. NSWC PHD needs to procure large amounts of various materials to produce the TTWCS equipment. On time delivery and quality assurance of these materials is critical to meet program schedules and requirements.



Specifically, this requirement is to procure material, manufacture parts, construct electro-mechanical assemblies, and compile part kits in direct support of the TTWCS. This requirement requires the capability to perform or procure the following:




  • Precision Metal Machining

  • Post-Processing Surface Coating, Painting, and Screen Printing

  • Electro-mechanical Assembly & Test

  • Cable and Wire Harness Assembly (Class 3 IPC/WHMA-A-620D)

  • Quality Assurance and Corrective Action



This requirement is further described in the draft Statement of work (SOW) entitled Tomahawk Manufactured Materials. (See Attachment 1).



This is an existing requirement performed by ACE Electronics under contract number N6339420D0002.



The Government contemplates a small business set-aside. The anticipated contract type is Firm Fixed Price Indefinite-Delivery-Indefinite-Quantity (IDIQ). The anticipated period of performance is 5 years, consisting of a 5 year ordering period. The primary North American Industry Classification System (NAICS) code for this procurement is 334111 with a Size Standard of 1,250 employees. The source selection will be "Lowest Price Technically Acceptable" based on Technical Capability, Past Performance and Price.



This sources sought is being issued for the purpose of identifying companies with the appropriate expertise interested in responding to a formal solicitation. Therefore, interested companies are invited to submit Capability Statements describing their capability and approach in meeting the requirements stated above and the company’s recent relevant business experience. This is not a request for a proposal. Capability Statements should not exceed ten (10) pages in length (8.5 X 11 inch) and in Times New Roman font point 10 size or greater. To ensure proper receipt, title submissions, "TACTICAL TOMAHAWK WEAPON CONTROL SYSTEM SUITES OF EQUIPMENT" in the subject field. All Capability Statement responses must be received no later than 4:00 PM Pacific Standard Time on 17 March 2023 by email to Timothy Lawrence: timothy.m.lawrence18.civ@us.navy.mil. Carbon copy Contracting Officer Keith Garascia: keith.l.garascia.civ@us.navy.mil.



Responses should include:



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), HUB Zone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.). If SDVOSB or VOSB - provide SDVOSB or VOSB CVE verification.



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 existing capability to manage the requirements, tasking, and procurement outlined in the draft SOW. Identify recent relevant examples of current/past contract performance, personnel management, and vendor/supply chain management. Recent is defined as projects completed or in process within five years prior to the closing date of this Source Sought Notice.



(b) A description of existing or potential technical capabilities and products offered by the contractor. Demonstrate the ability to perform the requirements listed in the draft SOW. Identify all technical capabilities and products in a chart for comparison to the requirements. If requirements cannot be met, identify what is achievable and what modifications would be necessary to accomplish the requirements.



(c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements set out in 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, the size of the staff needed, and the necessary vendors/supply chain.



(d) A description of the Quality Management Plan or Quality Systems currently utilized by the contractor. This should include pertinent quality standards followed and/or quality certifications held by the contractor.



3. FEEDBACK AND QUESTIONS REGARDING THE FEASIBILITY OR CHALLENGES TO PERFORM THE WORK DESCRIBED IN THE SOW



Note: THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR A PROPOSAL. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to the Sources Sought Notice marked or designated as corporate proprietary information will be fully protected and held in strict confidence. NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the Sources Sought Notice.



Please email questions regarding this requirement to the Contract Specialist, Timothy Lawrence (timothy.m.lawrence18.civ@us.navy.mil). Also, copy the Contracting Officer, Keith Garascia (keith.l.garascia.civ@us.navy.mil).



Only information provided in the written Capability Statement shall be considered. This is a sources sought notice/market research; no solicitation exists at this time. Therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in SAM. It is the potential offeror's responsibility to monitor this site for the release of any solicitation.



The Government WILL NOT PAY for any information received in response to the Sources Sought nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government.



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.



At the current time, NO FUNDING IS AVAILABLE for contractual efforts. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any costs incurred by interested companies in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking.



Attachment 1: Draft Statement of Work


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL SURFACE WARFARE CENTER PHD 4363 MISSILE WAY
  • PORT HUENEME , CA 93043-5007
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 27, 2023 02:26 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >