Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2020 SAM #6702
SOURCES SOUGHT

16 -- KC-130J Harvest HAWK Plus Windows 10, FSR, and Pack Up Kit

Notice Date
4/3/2020 12:44:00 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-207-0178
 
Response Due
4/18/2020 2:00:00 PM
 
Archive Date
05/03/2020
 
Point of Contact
Bryson J. Shibe, Karamie Platt
 
E-Mail Address
bryson.shibe@navy.mil, karamie.platt@navy.mil
(bryson.shibe@navy.mil, karamie.platt@navy.mil)
 
Description
This is a Sources Sought Synopsis. There is no solicitation available at this time; requests for a solicitation will not receive a response. This Sources Sought Synopsis is in support of market research and is for information and planning purposes only. Naval Air Systems Command is seeking interested and qualified sources to provide spares package(s), known globally as a Pack Up Kit (PUK). The PUK contents have been previously identified in both type and quantity by previous award, the Government intends to duplicate this package to maintain configuration control of the PUK. PUK contents are SNC specific Harvest HAWK Plus (HH+) weapons replaceable assemblies and unique configured parts to integrate and operate with the Mission Operator Pallet (MOP). Additionally, the Government requires sources to provide Field Service Representatives (FSR), mission operator pallet system software, design, manufacture, test, and installation of Harvest Hercules Airborne Weapons Kit (HAWK) Plus (HH+) Engineering Change Proposal Windows 10 Cyber Security upgrade, and program management functions in support of the HH+ program. The FSR will provide 24/7 world-wide telephonic technical assistance in the resolution of fielded system problems related to the troubleshooting, maintenance, or operation of installed HH+ weapons, sensor, network, processing, and communications equipment. The Windows 10 Cyber Security upgrade addresses cyber security vulnerabilities.� The proposed North American Industry Classification System (NAICS) code is 336413-Other Aircraft Parts & Auxiliary Equipment Manufacturing. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of government contracts. Only interested firms who believe they are capable of providing the supplies and services noted in the SOW and can meet these requirements are invited to respond to this notice. Naval Air Systems Command intends to procure the supplies and services necessary to provide Field Service Representatives (FSR), mission operator pallet system software, design, manufacture, test, and installation of HH+ Engineering Change Proposal Windows 10 Cyber Security upgrade, pack up kit spares procurement and program management functions in support of the HH+ program. The government will not reimburse participants for any expenses associated with their participation in this survey. 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. This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. If after reviewing this information, you desire to respond to this pre-solicitation synopsis, you should provide documentation to substantiate your product meets the requirements specified in this sources sought. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. Sources shall include in their information: company�s full name, cage code, Data Universal Number System (DUNS) number, a detailed capabilities statement asserting their capabilities in providing the products and services described in this notice, a point of contact with phone and e-mail information, business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, etc), and business size based on NAICS 336413. Interested parties capable of performing the requirement should send their response to Bryson Shibe using the contact information provided in this notice. Unless otherwise stated herein, no additional written information is available.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bca013a371dc4430844f15926a9363bd/view)
 
Place of Performance
Address: Colorado Springs, CO 80916, USA
Zip Code: 80916
Country: USA
 
Record
SN05610379-F 20200405/200403230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.