Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOLICITATION NOTICE

A -- H-1 System Configuration Sets

Notice Date
5/6/2021 10:34:54 AM
 
Notice Type
Presolicitation
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893621R0009
 
Response Due
5/20/2021 1:00:00 PM
 
Archive Date
11/23/2023
 
Point of Contact
Gina Olson, Phone: 7607933988, John Faria, Phone: 7607933476, Fax: 7609395694
 
E-Mail Address
gina.olson@navy.mil, john.faria@navy.mil
(gina.olson@navy.mil, john.faria@navy.mil)
 
Description
The Naval Air Systems Command, Naval Air Warfare Center Weapons Division, China Lake, CA intends to award a follow-on contract to N68936-15-D-0013. �The anticipated follow-on will include term and completion Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP), and Cost Only Contract Line Item Numbers (CLINS). �This action is based on an other than full and open competition basis. The anticipated follow-on contract requires System Configuration Set (SCS) upgrades for the H-1 aircraft, including Foreign Military Sales (FMS) variants. �This action will be a sole source to Northrop Grumman Systems Corporation based on the Federal Acquisition Regulation 6.302-1 justification for only one responsible source and no other supplies or services will satisfy agency requirements. �Northrop Grumman is the prime H-1 mission computer manufacturer and is the only qualified source to perform these efforts to meet fleet needs. �Additionally, Northrop Grumman is the only firm that possesses the requisite knowledge of the Operational Flight Program and its unique integration of mission systems avionics SCSs. �An SCS is a combination of software and hardware Configuration Items (CIs) that are integrated into a previously deployed baseline configuration and are delivered to the Fleet as highly integrated software and hardware packages. �These SCSs serve to implement new capabilities on the aircraft, including fleet documentation and updated trainers. �The actual SCS is delivered to the Fleet by the Government. �Only Northrop Grumman has the engineering, design, and software development expertise for all tactical software and integration of the avionics aircraft weapons system. �Only Northrop Grumman can ensure compatibility between Operational Flight software and the mission computer due to the ongoing changes, and upgrades made to the computer. � � � � � � � �� Deliveries will be made free on board (FOB) destination. �Delivery schedules will be identified within individual delivery orders.� 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 notice shall be submitted to the contracting office and reference solicitation number N68936-21-R-0009 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. �Responses and requests shall be submitted by email to gina.olson@navy.mil or john.faria@navy.mil. �Award of the subject action is anticipated in the fall of 2022. 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/ Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled information in Contract Opportunities within beta.sam.. �See the DLA website for the Joint Certification Program: �https://www.dla.mil/HQ/LogisticsOperations/Services/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/sam. � PLACE OF PERFORMANCE (OPTIONAL): �� ��� ��� � � SET-ASIDE CODE (OPTIONAL): �� �N/A *ARCHIVE DATE: (DD MMM YYYY) �� �11/20/2023 *ALLOW VENDORS TO ADD/REMOVE THEMSELVES FROM INTEREST VENDORS? ��� �0 �Yes � � �1 �No � � *ALLOW VENDORS TO VIEW INTERESTED VENDORS LIST?�� �0 �Yes � � �1 �No � � *IS THIS A SCHEDULE NOTICE? �(USED FOR NOTICES WITH MULTIPLE AWARDS) �� �0 �Yes � � �1 �No � � ADDING ATTACHMENTS? ��� �0 �Yes - List attachments in table below. 1 �No � � *ALL CONTROLLED UNCLASSIFIED INFORMATION (CUI) MUST BE IDENTIFIED*� Pkg No:�� �Label: (Attachment Name/Title is visible in Contract Opportunities) �� �*Is this attachment CUI?�� �Distribution Statement Designate (A-F)�� �Description� (SOW, etc.) 1�� ��� �0 �Y � 0 �N �� � �� ��� �0 �Y � 0 �N �� � �� ��� �0 �Y � 0 �N �� � �� ��� �0 �Y � 0 �N �� � 2�� ��� �0 �Y � 0 �N �� � �� ��� �0 �Y � 0 �N �� � �� ��� �0 �Y � 0 �N �� � �� ��� �0 �Y � 0 �N �� � *All secure Technical Data Packages (TDP) links/attachments will be created by the BSO Helpdesk. Attachments may be found in:�� �� 0 � The coinciding SPS/PD2 folder. � 0 � R:\All Share\Help Desk File - Label with appropriate contract number. (This option should only be utilized for zipped files or when electronic file(s)/attachments cannot be loaded into PD2.) � � Description Guidance: See FAR 5.207 for requirements. IF ANY OF THE INFORMATION CONTAINED WITHIN THE DESCPRIPTION BELOW IS CUI, POST AS A SEPARATE ATTACHMENT OR ENSURE ALL CUI HAS BEEN REMOVED. *DESCRIPTION --- Must be clear, concise, and not unnecessarily restrictive. � *PROCUREMENT TYPE -- State whether requirement is being advertised as sole source or competitive & cite FAR reference and/or authority such as �in accordance with FAR 6.302.1� for sole source. SUGGESTED LANGUAGE, IF SOLE SOURCE: -- Identify the intended source and include a statement justifying the reason for the lack of competition.� -- Avoid generalized statements (e.g. �only source qualified�) & speak to specifics. -- Include a company point of contact for individuals to contact regarding small business/subcontracting opportunities. -- Insert a statement that all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency such as: � �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 to be received at the Contracting Office no later than X days after the date of publication of this notice, which shall be considered by the agency. �The written response shall reference solicitation number N68936XXXXXXX 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.� The solicitation or Request for Proposal (RFP) will be posted in Contract Opportunities on the beta.sam website at https://beta.sam.gov/ on or about (insert date). �� All responsible sources must be registered in the System for Award Management (SAM) database at the following website: �https://www.sam.gov/SAM/. �� Written 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 XX days from this notice date. (POCs information auto-populates via table above.)� Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled information in Contract Opportunities within beta.sam.. �See the DLA website for the Joint Certification Program: �https://www.dla.mil/HQ/LogisticsOperations/Services/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/sam.� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53c82316246f45a09944ef12eac13f92/view)
 
Record
SN05993570-F 20210508/210506230112 (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.