SOURCES SOUGHT
K -- Unmanned Vehicle Target Support - 18-R-0024 Attachment
- Notice Date
- 1/5/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893618R0024
- Archive Date
- 2/22/2018
- Point of Contact
- Corrine Gottshall, Phone: (760) 939-1878, Scott Hansen, Phone: 760-939-8295
- E-Mail Address
-
corrine.gottshall@navy.mil, scott.c.hansen@navy.mil
(corrine.gottshall@navy.mil, scott.c.hansen@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWD) intends to award a Sole Source Firm Fixed Price (FFP) and Cost Reimbursable Indefinite Delivery Indefinite Quantity (IDIQ) contract in accordance with FAR 6.302-1 on an other than full and open competition basis to QinetiQ Target Systems Canada, through Canadian Commercial Corporation to provide services and supplies for land and sea based modeling, testing and risk reduction flights utilizing a Vindicator II system comprised of contractor-owned Unmanned Air Vehicles (UAVs) and high-speed maneuvering Unmanned Surface Vehicles (USVs), as well as a contractor-owned Helicopter Radar Signature Simulator (HRSS) for NAWCWD, Pacific Target and Marine Operations (PTMO). It is anticipated that the majority of this effort will be performed at the NAWCWD Point Mugu, CA. The Government contemplates a contract with an ordering period of five years, and anticipates award approximately in the third quarter of FY 18. This notice of intent is not a request for competitive proposals; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency no later than 10 days after the date of publication of this notice. The written response shall reference N68936-18-R-0024 and clearly show the firms capability, without causing programmatic hardship, duplication of cost, or compromising the quality, accuracy, reliability, and delivery of the products and services. The solicitation or Request for Proposal will be issued about March 2018. Any interested parties may contact the Contract Specialist to obtain the solicitation. 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/. Written responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 10 days from this notice date. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a6d18b0eb5c951630fa2296229b66b7b)
- Place of Performance
- Address: Point Mugu, California, United States
- Record
- SN04782256-W 20180107/180105230643-a6d18b0eb5c951630fa2296229b66b7b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |