Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2020 SAM #6852
SOLICITATION NOTICE

R -- T&E FTM Range Safety/Conduct/Analysis Support for MDA/Aegis BMD

Notice Date
8/31/2020 8:25:10 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0095
 
Response Due
9/11/2020 4:00:00 PM
 
Archive Date
09/11/2021
 
Point of Contact
Patrick Popescu, Phone: 760-793-4191, Christopher N. Bigelow, Phone: 760-793-3684, Fax: 7609398107
 
E-Mail Address
patrick.popescu@navy.mil, christopher.bigelow@navy.mil
(patrick.popescu@navy.mil, christopher.bigelow@navy.mil)
 
Description
The Naval Air Warfare Center, Weapons Division, China Lake, CA, in accordance with FAR 6.302-1, intends to procure, on an other than full and open competition basis, a five year Cost Plus Fixed Fee (CPFF) contract with Raytheon/Photon Research Associates, who is the only responsible source and no other supplies or services will satisfy agency requirements without causing unacceptable schedule delays and substantial duplication of costs associated with the revalidation, retraining and development of new software that would be required to replace existing proprietary software required for mission support.� For technical information please see Attachment 1. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to perform the services listed in this notice. This documentation must address, at a minimum, the following: Synopsis/Solicitation number. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. Company size for NAICS 541330 (size standard $35.5M) �Responses shall include Company Size (Small or Large according to the NAICS and size standard listed); if the company is a Small Business, specify if the company is one 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. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described in this notice. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located/working at the sites specified in this notice. Management approach to staffing this effort with qualified personnel. The contractor's technical ability or potential approach to achieving technical ability specified in this notice. The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of this notice. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. Confirmation that the company has a DCAA approved accounting program currently in place. The capability statement package shall be submitted ELECTRONICALLY to Patrick Popescu via email to Patrick.Popescu@navy.mil. All files submitted must be compatible with Microsoft Office 2003 or later. Responses must be received no later than 04:00 p.m. PST on 09/11/2020, and reference this synopsis number in the document(s) submitted. Questions or comments regarding this notice may be addressed by email to Patrick.Poepscu@navy.mil. Classified material SHALL NOT be submitted. The solicitation or Request for Proposal (RFP) will be posted on the FEDBIZOPPS website at http://www.fbo.gov. 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/.� This notice of intent is not a request for competitive proposals; however, 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 N6893620R0095 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to provide the required services. 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 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
SAM.gov Permalink
(https://beta.sam.gov/opp/2b88d2e122f64e7cac0bc247bdafd74d/view)
 
Record
SN05780205-F 20200902/200831230147 (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.