Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2018 FBO #6004
SOURCES SOUGHT

59 -- Antennas and Associated Evaluation, Repair and Modification Services - Draft Drawings Technical Data Package - Draft PBSOW N6893618R0040 - Draft Specifications Technical Data Package

Notice Date
4/30/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
N6893618R0040
 
Archive Date
5/15/2020
 
Point of Contact
Juliana Luna, Phone: (805) 989-7355, Katy J. White, Phone: (805) 989-1908
 
E-Mail Address
Juliana.Luna@navy.mil, katy.j.white@navy.mil
(Juliana.Luna@navy.mil, katy.j.white@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) INTRODUCTION AND PURPOSE: The purpose of this Sources Sought Notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal, and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: The Naval Air Warfare Center Weapons Division (NAWCWD) Airborne Threat Simulation Organization (ATSO) is the primary source of Electronic Warfare (EW) threat simulation for weapons development, test, and evaluation (DT&E), Fleet training, and target applications in the Department of Defense. It is responsible for the development of threat systems that simulate or replicate radar signals and electronic attack (EA) threat environments. These systems are used throughout a weapons system's life cycle. The ATSO supports a broad scope of users throughout the Navy, Air Force, and the Army. (3) REQUIRED CAPABILITIES: See attached Draft Performance Based Statement of Work (PBSOW). (4) PLACE OF PERFORMANCE: Contractor Facilities. (5) CONTRACT TYPE: The Government is contemplating awarding a Firm Fixed Priced (FFP), indefinite delivery indefinite quality (IDIQ) contract with an ordering period of five (5) - eight (8) years. (6) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N6893618R0040 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a)A reference to the solicitation number N6893618R0040 and brief title of this announcement; b)Company name and address; c)Company's point of contact name, phone, fax, and e-mail; d)Declaration as to whether a U.S. or foreign company e)*Provide Joint Certification Program (JCP) number; f)Company size (Small or Large according to the identified NAICS and size standard identified), g)If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. h)Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, i)A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. j)An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and k)Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted. Questions and comments are highly encouraged; however Government is not obligated to answer all questions received. The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exist under NAICS Code 334511 with a small business size standard of 1,250. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark proprietary and restricted data. 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/. Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 15 May 2018 12:00 p.m. PST. * 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. DISCLAIMER: THIS SOURCES SOUGHT 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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c688c63094b1affa58f5f3e3f711c24b)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN04905260-W 20180502/180430230844-c688c63094b1affa58f5f3e3f711c24b (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.