Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2018 FBO #6160
MODIFICATION

K -- AV-8B Litening Pod Common OFP V4

Notice Date
10/3/2018
 
Notice Type
Modification/Amendment
 
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
N6893616R0043
 
Archive Date
10/2/2019
 
Point of Contact
Tara J. Randolph, Phone: (760) 939-8684, Henry Frohlich, Phone: 760-939-7301
 
E-Mail Address
tara.randolph@navy.mil, henry.frohlich@navy.mil
(tara.randolph@navy.mil, henry.frohlich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought is being issued to allow other potential offerors the opportunity to provide capability statements. The Naval Air Warfare Center, Weapons Division intends to award a modification to contract N68936-17-D-0017. This modification will increase the current Indefinite Delivery Indefinite Quantity (IDIQ) ceiling and Estimated Cost Plus Fixed Fee required to cover a Laser Masking capability that was not an originally-anticipated requirement at award, two (2) additional Advanced Tactical Datalink (ATDL) units that will be used for testing, and more estimates for demonstrations under CLIN 0003 of the contract, in addition to the execution of a demonstration (for which an estimate was already received) for an inflight demonstration of the capability for wireless transmission of high definition video from the LITENING pod to a tablet computer in the cockpit that are projected through the remainder of the period of performance. (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 and their size classifications relative to the North American Industry Classification Systems (NAICS) code 541330 for Engineering Services. (2) PROGRAM DESCRIPTION: --- The Naval Air Warfare Center - Weapons Division (NAWCWD) AV-8B Joint Systems Support Activity (JSSA) Integrated Product Team (IPT) in conjunction with PMA-257 have a new requirement for Systems Engineering analysis, design, and implementation of improvements to the Litening Targeting Pod (AN/AAQ-28(V)) including the Common Operational Flight Program (COFP). (3) REQUIRED CAPABILITIES: This notice of intent is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response to be received at the contracting office no later than 15 days after the date of publication of this notice, clearly showing its ability to do so without causing programmatic hardship or duplication of cost to the Government. Responses to this sources sought shall be submitted to the contracting office and reference solicitation number N68936-16-R-0043. All responsible sources may submit a capability statement, which shall be considered by the agency. Responses and requests shall be submitted by email to tara.randolph@navy.mil or henry.frohlich@navy.mil or to Commander, Code 254100D (H. Frohlich), NAVAIR WD, 1 Administration Circle, STOP 1303, China Lake, CA 93555-6100. (4) PLACE OF PERFORMANCE: China Lake, CA (5) CONTRACT TYPE: The Naval Air Systems Command, Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure, on an other than full and open competition basis under the authority of FAR 6.302, only one responsible source and no other supplies or services will satisfy agency need. This contract is for research and development for the AV-8B Joint Systems Support Activity (JSSA). (6) SPECIAL REQUIREMENTS: N/A (7) ADDITIONAL INFORMATION: N/A (8) 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 N68936-16-R-0043 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 N68936-16-R-0043 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)Company size (Small or Large according to the identified NAICS and size standard identified), f)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. g)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, h)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. i)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 j)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. An opportunity for a site visit will be offered after the solicitation is issued. 0 Yes 1 No Vendors should appropriately mark any data that is proprietary or has restricted data rights. 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 15 days from this notice date. 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c4d8a1e693b055d8c1aadabb6ce6b854)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN05113963-W 20181005/181003230543-c4d8a1e693b055d8c1aadabb6ce6b854 (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.