The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is issuing this sources sought notice as a means of conducting market research for a potential future procurement for the manufacture, assembly, test and final acceptance of MK 57 Vertical Launching System (VLS) Power Module(PM). NSWC PHD intends to award on a sole source to Laurel Technologies Partnership (DRS) (CAGE 1U7M4), 6200 118th Avenue, Largo, FL 33773 for PM part number (p/n) 8660231-9 for MK 57 VLS. The primary North American Industry Classification System (NAICS) code for this procurement is 334519 Other Measuring and Controlling Device Manufacturing with a Size Standard of 600 employees.
This sources sought notice is being posted to satisfy the requirement under the Defense Federal Acquisition Regulation Supplement PGI 206.302-1(d). NSWC PHD intends to solicit and negotiate with only one source under the authority 6.302-2(a)(2). The basis for restricting competition is such an unusual and compelling urgency that the Government would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposals, full and open competition need not be provided for.
The anticipated performance periods may span two (2) years consisting of one (1) base year and one (1) option year. It is anticipated that the Request for Proposal (RFP) will be issued in 2025.
This notice is published for informational purposes only and not a request for competitive proposals. However, all responses received within 15 days after date of publication of this sources sought notice shall be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.
Interested parties shall address the following in their RFI submissions:
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), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.).
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 attached draft Statement of Work (SOW):
(a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the draft SOW;
(b) The contractor's technical ability, or potential approach to achieving technical ability, to perform the requirement. For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, at least 50% of the cost of the contract incurred for manufacturing the supplies, not including the cost of materials; and
(c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of 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, and the size of the staff needed.
(d) The contractor’s certification, or potential approach to achieving certification, for International Organization for Standardization (ISO) 2001:2015, 2008 or AS9100D.
(e) Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50% of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the concern.
Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability.
3. FEEDBACK/QUESTIONS
Feedback and questions regarding the feasibility or challenges to perform the work described
RFI responses are limited to no more than 20 pages (8.5 X 11 inch) in Microsoft Word or Adobe Acrobat format and 10-point Times New Roman font. Please email responses or questions regarding this requirement to the Contract Specialist, Gustavo Gomez (gustavo.s.gomez.civ@us.navy.mil) with copy to the Contracting Officer, Nayneet Kaur (nayneet.kaur@navy.mil). NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the RFI.
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.
DISCLAIMER: THIS SOURCES SOUGHT NOTICE 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. INFORMATION RECEIVED WILL BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. NO FUNDS ARE AVALIABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.