The RFP Database
New business relationships start here

Engineering and Fabrication Services for Model Design and Fabrication (MDF)


Maryland, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

 
This Request for Information (RFI)/Sources Sought notice is for planning purposes and/or identifying qualified and experienced sources for a contract vehicle that provides Engineering and Fabrication Services for Model Design and Fabrication (MDF).  This effort is to support the Naval Architecture and Engineering Department (Code 80) of the Naval Surface Warfare Center, Carderock Division (NSWCCD) and other codes at NSWCCD.  The contractor will be required to provide the following services: scaled model and test equipment design, engineering, fabrication, and modification needed to support the requisite test programs in accordance with the attached Statement of Work (SOW).

 

This request is issued for the purpose of exchanging information to improve the understanding of industry capabilities, thereby allowing potential offerors to judge whether or not they can satisfy the Government's requirements, and enhance the Government's ability to obtain services, at reasonable cost and price, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award.

For the purposes of Small Businesses, the applicable The North American Industry Classification System (NAICS) Code is 541990, All Other Professional, Scientific and Technical Services, with a small business size standard of $15,000,000.00 ($15 M).

Additional information about NSWCCD's mission is available on the following website: http://www.navsea.navy.mil/Home/Warfare-Centers/NSWC-Carderock/

NSWCCD contemplates a single award Indefinite Delivery, Indefinite Quantity (IDIQ) hybrid type contract with cost reimbursable and fixed price line items. The period of performance for these services is anticipated to take place on or about  February 1, 2018 through January 30, 2023 (Base Period with four (4) one (1) year Option Periods) with the inclusion of FAR 52.217-8, Option to Extend Services.

Capability Statement Objectives and Requirements: It is requested that interested businesses submit a brief capabilities statement package (no more than 10 pages in length, single spaced, and 12 point font minimum) demonstrating ability to perform the services listed in the attached SOW, A generic capability statement is not acceptable. Your documentation must address, at a minimum, the following:

1. Provide company information such as: name of the company, address, DUNS Number; CAGE Code; point of contact information, size of the company to include number of employees, revenue for the last three (3) years, office location(s), and a statement regarding current small/large business status. If applicable, provide the following information: certification of 8(a) status and/or other small business status (i.e. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB); Woman Owned Small Business (WOSB); Small Disadvantaged Small Business (SDSB), and HUB Zone);

2. Provide information on the company's fabrication facility capabilities including CAD, CAM and CNC machining capabilities.

3. Answer the following questions.

•1.      Would your company be able to propose all or any part of this potential requirement on a firm fixed price basis? Please explain your rationale and assumptions that would be required to execute FFP orders on these requirements.

•2.      Would your company be interested in attending either an industry day or site visit?

•3.      What additional details or information in the SOW, would enhance or encourage you to propose on this potential effort?

•4.      If you are a small business, please explain if you would need to team with any other companies to perform these requirements. Briefly explain what these teaming arrangements would be.

•5.      The Government anticipates making changes to its acquisition strategy based on responses to this RFI/Sources Sought, would receiving a follow-up notice be beneficial to industry?

•6.      If you are not interested in pursuing this requirement for any other reason lack of capability, please explain why not.

No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked as such.

Responses and questions to this notice should be submitted, via email to derek.devine@navy.mil, not later than 01 March 2017 at 3:00 PM (Eastern Time).

 

Point of Contact is Derek Devine, Contract Specialist, at (301) 227-2410 or derek.devine@navy.mil. Alternate Point of Contact is Michael Peduto, Contracting Officer, at (301) 227-5756or Michael.peduto@navy.mil

Derek D. Devine, Phone 3012272410, Email derek.devine@navy.mil - Michael Peduto, Administrative/Technical Specialist, Phone 3012275756, Email michael.peduto@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP