The RFP Database
New business relationships start here

Missile Containers


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

*DETAILED DESCRIPTION (for detailed guidance, see last page of this document) (Remove all CUI from the description)

(1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be solicited on a competitive basis to small businesses relative to the North American Industry Classification Systems (NAICS) code 332439 for Other Metal Container Manufacturing which has a corresponding size standard of 500. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and to make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published.


(2) PROGRAM DESCRIPTION: This requirement is for The Container, CNU-415 E/E, hereinafter referred to as container, is a rectangular, top-opening, reusable container constructed of extruded aluminum. The cover and base assemblies incorporate internal restraint and support systems, comprised of foam cushioning, that allow the missile variants, with or without the W17 cable attached, to be restrained. The container is equipped with side entry forklift pockets, end lift fittings, humidity indicator, breather valve, desiccant holder, hoist rings, W17 cable assembly, and center lift arms for low overhead handling and container interlocking for fleet issue unit load transfer-at-sea operations. The container has provisions for the storage of both compressed and non-compressed missile wings and control surfaces.


(3) REQUIRED CAPABILITIES: The contractor shall provide an inspection system conforming to the requirements of ANSI/ASQC-Q9001, or other inspection systems approved by the Government and ensure that all parts and materials submitted conform to the requirements of this specification and drawings listed herein. Except as otherwise specified in the contract or purchase order, the supplier may use their own or any other facilities suitable for the performance of the inspection requirements, unless disapproved by Government. The Government reserves the right to perform any of the inspections set forth in this specification where such inspections are deemed necessary to assure that supplier and services conform to prescribed requirements. The procedures, used for process control and inspection, are at the option of the contractor, provided objective; documented evidence is maintained and made available upon request by the Government. Unless otherwise specified, all tests shall be performed at an ambient temperature of 70 +/- 20°F with ambient humidity.


(4) PLACE OF PERFORMANCE: Contractor facilities.


(5) CONTRACT TYPE: The Government is considering a Firm Fixed Price contract for 1 first article unit due 5 ½ months ARO; 100 production units and 10 spares (all parts with the exception of the contrainer base and cover) due 8 months ARO.


(6) SPECIAL REQUIREMENTS: N/A

(7) ADDITIONAL INFORMATION: **ALL VENDORS BE ADVISED THAT PART NUMBER 3006046 FOR THE CABLE WILL BE ADDED ON BY THE REQUIRING ACTIVITY SO THE CABLE SHOULD NOT BE INCLUDED AS PART OF THIS PROCUREMENT. THE PART NUMBER CANNOT BE TAKEN OUT OF SOME OF THE DRAWINGS HOWEVER THE SPECIFIC DRAWING FOR THE CABLE HAS NOT BEEN INCLUDED WITH THE TECHNICAL DATA PACKAGE**.


(8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirements identified above may submit a written response. The written response shall reference solicitation number N6893618R0008 and provide a capability statement that clearly indicates the firm's experience, background, and ability to perform the required work.


Contractor responses shall also include the following information:


a)    A reference to the solicitation number N6893618R0008 and brief title of this announcement.
b)    Company name and address.
c)    Company's point of contact name, phone, fax, and e-mail.
d)    Declaration as to whether a U.S. or foreign company.
e)    Company size (Small or Large according to the identified NAICS and size standard identified).
f)    If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business.
g)    Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners.
h)    A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above.
i)    An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description.
j)    Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted.
k)    If your company has provided this item as a commercial item or modified commercial item to other government agencies.


An opportunity for a site visit will be offered after the solicitation is issued. 0 Yes 1 No


Vendors should appropriately mark any data that is proprietary or has restricted data rights.


Responses shall be submitted by e-mail to the point(s) of contact listed below no later than the response date listed within this notice.


POC, CS: Jonathan Wander
Email: jonathan.wander@navy.mil


POC, PCO: Erin Strand
Email: erin.strand@navy.mil


DISCLAIMER:
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT 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 STRICTLY VOLUNTARY.


All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/.


 


Jonathan Wander, Contract Specialist, Phone 760-939-7309, Email johnathan.wander@navy.mil - Erin K Strand, Procurring Contracting Officer, Phone (760) 939-7309, Fax (760) 939-8186, Email erin.strand@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP