MARKET RESEARCH-- REQUEST FOR INFORMATION. NO SOLICITATION EXISTS.
This is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY. This information will be used to determine the availability of vendors capable of meeting the Government’s requirements and the availability of small businesses capable of providing this requirement. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc). To assist the U.S. Government in determining whether or not vendors are able to perform this requirement, all interested businesses (large and small) are encouraged to respond to this Sources Sought Synopsis.
The NAVSUP Fleet Logistics Center Jacksonville (FLCJ) is conducting a market survey to determine the availability of contractors capable of providing the U.S. Navy 93 VIPER Underwater Breathing Apparatus (UBA) charging adapters to be manufactured/ordered and delivered to Virginia Beach, VA by 30 November 2025.
The Contractor shall be responsible for the services as outlined in the attached Description of Requirements (DOR). The Contractor shall plan, schedule, coordinate and ensure effective completion of all services described herein.
Contractor will manufacture charging adapters and components per Naval Sea (NAVSEA) Drawing 7001753 specifications. The 93 additional adapters will be sufficient to retrofit 18 breathing gas charging manifolds to meet the operational demands of Explosive Ordinance Disposal (EOD) platoons and EOD VIPER UBA courses of instruction.
It is anticipated that any resulting solicitation will be for a Firm Fixed-Price (FFP) contract. The NAICS code for this requirement is 339920 and the size standard is 750 employees. PSC is 4730.
Vendors interested in responding to this Sources Sought Synopsis shall provide a capability statement outlining their ability to meet or exceed all of the requirements in the attached DOR. Information in the DOR may be subject to change. The capability statement shall include a cover page containing the company’s name, address, CAGE code, DUNS number, business size/socio-economic status, Government business point-of-contact name, phone number, and e-mail address. The Government will not review general capability statements. Please ensure submissions are tailored to this requirement and describe the firm's ability to perform the requirements outlined in the DOR. Submissions shall not exceed 5 pages. Submittals will not be returned to the responder.
The capability statement provided in response to this Sources Sought Notice is NOT to be considered a response to a Request for Quotation (RFQ) in that no RFQ exists at this time. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses will not restrict the Government to a particular acquisition approach or be construed as a commitment by the Government. The Government will not pay for the information requested herein. Evaluation results will not be provided to contractors responding to this synopsis. No phone calls will be accepted.
This notice does not constitute a RFQ, or a promise to issue an RFQ in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking proposals at this time and will not accept unsolicited proposals in response to this Sources Sought Notice.
After the results of this market research are obtained and analyzed, FLCJ may conduct a competitive procurement and subsequently award a contract. The Government will use the results of this announcement to determine whether the requirement should be solicited as a Small Business Set-Aside, or whether Full and Open Competition procedures will be utilized. Additionally, a determination not to compete this requirement, based upon responses to this notice is solely within the discretion of the U.S. Government. If a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry, SAM.gov. It is the responsibility of industry to monitor SAM.gov for additional information pertaining to this requirement.
**Please note this requirement will also be posted on GSA eBuy, and if the Government determines industry expresses adequate interest on eBuy, no further action will be taken with this posting in Sam.gov.**
Responses shall be in writing (Subject: EOD UBA: V553225066D546) and sent by email to Timothy Corwin, timothy.m.corwin.civ@us.navy.mil. Responses shall be submitted no later than 3:00 P.M. EDT on 15 July 2025.
NOTE: THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.