Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2018 FBO #6179
SOURCES SOUGHT

59 -- Avionics Mechanical Assemblies - Statement of Work - Drawings

Notice Date
10/22/2018
 
Notice Type
Sources Sought
 
NAICS
332710 — Machine Shops
 
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
N6893619R0003
 
Archive Date
11/16/2019
 
Point of Contact
Neil Flint, Phone: 760-939-3580, Joel Blaine Ashworth, Phone: (760) 939-2459
 
E-Mail Address
neil.flint@navy.mil, joel.ashworth@navy.mil
(neil.flint@navy.mil, joel.ashworth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawings SOW (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 332710 for Avionics Mechanical Assemblies for use in the built of Avionics Test Sets. 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) REQUIRED CAPABILITIES: See attached SOW and Drawings. (3) PLACE OF PERFORMANCE: Point Mugu, CA (4) CONTRACT TYPE: The Government is contemplating awarding a Firm Fixed Price (FFP) contract for this requirement. (5) SPECIAL REQUIREMENTS: See attached SOW and Drawings (6) ADDITIONAL INFORMATION: N/A (7) 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 N68936-19-R-0003 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to provide the components without compromising quality, accuracy, reliability, and/or schedule. Contractor responses shall also include the following information: a)A reference to the solicitation number N68936-19-R-0003 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 identified), f)If your company is a small business, specify type(s), 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 7 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 specific requirements discussed above, identify specific work previously performed or currently being performed related to the specific requirements discussed above; 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. The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 332710. All Small Business Set-Aside categories will be considered. Responses shall be submitted by e-mail to the Contract Specialist, Neil Flint, at neil.flint@navy.mil, no later than 10 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/. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number. Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration. Additionally, Effective June 29, 2018, all non-Federal entities who create or update their registration in SAM.gov, have a notarized letter on file within 30 days of registration. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/88d5699709bebc5f369f1ec506c58fc1)
 
Place of Performance
Address: Point Mugu, California, United States
 
Record
SN05130683-W 20181024/181022230357-88d5699709bebc5f369f1ec506c58fc1 (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.