Acoustic Device Countermeasure (ADC) MK3 and MK4 Sources Sought
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: May 02, 2022 05:24 pm PDT
- Original Published Date: Mar 02, 2022 02:27 pm PST
- Updated Response Date: Apr 02, 2022 03:00 pm PDT
- Original Response Date: Apr 02, 2022 03:00 pm PDT
- Inactive Policy: Manual
- Updated Inactive Date: May 30, 2022
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5865 - ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
Sources Sought Synopsis
The Naval Undersea Warfare Center (NUWC) Division Keyport is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to perform this requirement. This requirement is for the production and delivery of Acoustic Device Countermeasure (ADC) Mark (MK) 3 and ADC MK 4 Launch Tube Assemblies (LTAs), including a functional ADC MK3/MK4, in accordance with the attached draft Statement of Work (SOW) and associated performance specifications and drawings. This includes the production of ADC MK 3s, production of ADC MK 4s, production of new stainless steel launch tubes, as well as rework of old MK3 and MK4 devices in accordance with the requirements of the Service Life Extension Program (SLEP). To request access to the draft SOW attachment, you must be Joint Certification Program (JCP) certified and provide your company's CAGE code to melissa.n.skelley.civ@us.navy.mil. The result of this market research will contribute to determining the acquisition plan and the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334511.
There is no solicitation at this time. This sources sought does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
If your organization has the potential capacity to perform this requirement, please provide the following information:
- Company name
- Point of contact name
- Mailing address
- Email address
- Website address
- Phone number
- SAM Unique Entity Identifier (UEI) number
- CAGE code
- Whether the organization is Joint Certification Program (JCP) Certified
- If your company is a small business as defined by the Small Business Administration and under what NAICS code
- If your company has a satisfactory performance record for the type of work required by providing examples of relevant and recent (within three years) past performance.
The anticipated contract quantities per contract year are indicated below:
Item Year 1 Year 2 Year 3 Year 4 Year 5 Contract Total NTE Qty
ADC MK3 FA 9 - - - - 9
ADC MK4 FA 9 - - - - 9
ADC MK3 Production - 125 155 155 155 590
ADC MK4 Production - 30 30 30 30 120
Launch Tubes 100 100 100 100 100 500
ADC MK3 Rework 50 50 50 50 50 250
ADC MK4 Rework 20 20 20 20 20 100
Support Services (hrs) 1,500 1,500 1,500 1,500 1,500 7,500
Please provide a tailored capability statement addressing the particulars of this effort.
Interested parties are invited to answer the following questions:
- Can your company provide the product or service?
- If your company were selected, how many calendar days would your company need after contract award date or notice to proceed, before you could be completely set-up and begin production?
- What standards does your company use to estimate costs?
- Identify what type(s) of contract (firm-fixed price, cost-reimbursable, time & material) do you feel suits the requirement identified?
- What evaluation factors other than price, do you think differentiates a poorly performing company from a good one in this business? What makes an exceptional company in this business?
- Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that causes concerns.
- Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)?
- Given the complexity of the work described in this announcement, please describe your company’s historical experience completing work on similar systems at a similar complexity on the critical systems outlined, or briefly describe how your company would be capable of meeting these requirements as of contract award.
- Given the complexity and size of the work described in this announcement, if this were put to proposal, does your company plan to submit a proposal in response?
- Provide any additional feedback that you feel is relevant.
- What is your company’s capacity for production and storage of classified equipment?
- If significant subcontracting or teaming is anticipated in order to deliver technical capability, address the administrative and management structure of such arrangements, including the approximate percentages of work anticipated to be performed by the prime contractor and subcontractor(s).
- Are there any barriers that are likely to prevent your company from submitting a proposal? If so, do you have any recommendations to remove the barriers?
- Please also discuss any past experience your company has with producing the same or similar types of acoustic devices.
The government will evaluate market information to ascertain potential market capacity to provide services/supplies consistent in scope and scale with those described in this notice and otherwise anticipated.
Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 5 April 2022 by 1500 PDT. All responses under this Sources Sought Notice must be emailed to melissa.n.skelley.civ@us.navy.mil.
An Industry Day notice has already been posted for this requirement and can be viewed at: https://sam.gov/opp/85b6af1a88bc48818b6dbadd0af7f3ad/view.
DO NOT INCLUDE ANY CLASSIFIED, CONTROLLED UNCLASSIFIED, OR ARMS EXPORT CONTROLLED DOCUMENTS OR INFORMATION IN YOUR RESPONSE.
CONTRACTORS ARE REQUIRED TO ADHERE TO OPERATIONS SECURITY (OPSEC) REQUIREMENTS. EXPLANATION OF THESE REQUIREMENTS IS DETAILED IN SECTION I OF THE OPERATIONS SECURITY GUIDE FOR DEFENSE CONTRACTORS AVAILABLE ONLINE AT: https://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Keyport/Resources/; CLICK ON OPSEC GUIDE FOR DEFENSE CONTRACTORS ON THE LEFT-HAND SIDE.
If you have any questions concerning this opportunity, please contact: Melissa Skelley by email at melissa.n.skelley.civ@us.navy.mil.
Update 30 MAR 2022 - This posting has been updated to extend the response date from 2 April, 2022 to 5 April, 2022. All questions must be received in writing to melissa.n.skelley.civ@us.navy.mil no later than 1500 Pacific Time.
Removed the embedded link to the Industry Day posting due to the link continuously breaking. Please use the Search function to access the related Industry Day post.
Update 2 MAY 2022 - This posting has been updated to include the Industry Day Questions and Answers and the Service Life Extension Plan (SLEP) Rework procedure. These are included as attachments to this posting. The SLEP is restricted/secured like the Statement of Work. Please request access through SAM.gov.
Attachments/Links
Contact Information
Contracting Office Address
- DIVISION KEYPORT NWCF 610 DOWELL STREET
- KEYPORT , WA 98345-7610
- USA
Primary Point of Contact
- Melissa Skelley
- melissa.n.skelley.civ@us.navy.mil
Secondary Point of Contact
History
- May 30, 2022 08:55 pm PDTSources Sought (Updated)
- May 02, 2022 05:17 pm PDTSources Sought (Updated)
- Apr 17, 2022 08:55 pm PDTSources Sought (Updated)
- Mar 30, 2022 12:41 pm PDTSources Sought (Updated)
- Mar 02, 2022 02:27 pm PSTSources Sought (Original)
- Feb 24, 2022 09:27 am PSTSpecial Notice (Updated)