Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2018 FBO #5973
SOURCES SOUGHT

J -- Hydro Acoustic Information Link (HAIL)

Notice Date
3/30/2018
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-18-R-0001
 
Archive Date
4/28/2018
 
Point of Contact
Kelly L. McNeill,
 
E-Mail Address
kelly.mcneill@socom.mil
(kelly.mcneill@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
United States Special Operations Command (USSOCOM), has a requirement for the Hydro Acoustic Information Link (HAIL) system, which is an underwater secure communications system that allows submerged and surface contacts to communicate with Low-Probability-of-Intercept (LPI) and Low-Probability-of-Detection (LPD). The requirement includes engineering services, logistics and technical support, maintenance, training, upgrades and repair services for the HAIL, as well as the purchase of portable HAIL systems. The Government intends to utilize the procedures at FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Information received from this sources sought notification will be used to confirm the acquisition strategy is appropriate. The Government's intent is to award a 5 year Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract issuing Firm Fixed Price (FFP) task orders to L3 Communications MariPro Inc., CAGE: 6T914. 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; and it shall not be construed as any commitment by the Government to execute this requirement. If your Company has the potential capability to satisfy this requirement, please provide the following information: 1) Company name 2) Cage Code 3) DUNS Number 4) Address 5) Point of Contact 6) E-mail Address 7) Web Site Address 8) Telephone number 9) Type of ownership (SB, Large Corp., etc.) for the Company under NAICS code 811213. 10) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The total number of pages shall not exceed 10. The government will evaluate responses to this Sources Sought to ascertain potential market capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Interested vendors should provide information to determine if the company: (a) has adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a) and Subpart 52.219-14(a)); (b) has a satisfactory performance record (see 9.104-3(b) and Subpart 42.15); (c) has a satisfactory record of integrity and business ethics (for example, see Subpart 42.15); (d) has 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). (See 9.104-3 (a)); (e) has the necessary production capacity, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (f) is otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at FAR 9.108). Submission Instructions: Interested parties who consider themselves qualified to fulfill the above-listed requirement are invited to submit a response to this Sources Sought Notice no later than 13 April 2018 12:00 PM EST via e-mail to Ms. Kelly McNeill at kelly.mcneill@socom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-18-R-0001/listing.html)
 
Record
SN04873836-W 20180401/180330231201-d974abd057c82825940517cb0aaee371 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.