Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2022 SAM #7476
SOLICITATION NOTICE

61 -- Contract modification to increase quantity of Aircraft Launcher Interface Computer (ALIC) P/N SR-126A Power Supplies

Notice Date
5/18/2022 4:27:33 PM
 
Notice Type
Presolicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0078
 
Response Due
5/24/2022 10:00:00 AM
 
Archive Date
05/18/2023
 
Point of Contact
Kelly Van, Phone: 7607934159, Helen N. Xiong, Phone: 7607934459
 
E-Mail Address
kelly.t.van.civ@us.navy.mil, helen.n.xiong.civ@us.navy.mil
(kelly.t.van.civ@us.navy.mil, helen.n.xiong.civ@us.navy.mil)
 
Description
INTRODUCTION AND PURPOSE: The Naval Air Warfare Center Weapons Division (NAWCWD) at Point Mugu, CA intends to award a sole source contract modification under the existing contract N6893621C0010.� The contract modification will increase the scope of work by adding an additional quantity of twenty (20) units P/N SR-126A power supplies, specifically designed for the Aircraft Launcher Interface Computer (ALIC), and extend the current ordering period from June 2022 to December 2023. The purpose of this sources sought is to determine if there are other companies capable of providing the required supplies for future procurement to be open for competition and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 334418 which has a corresponding size standard of 750 employees.� The anticipated Product Service Code (PSC) for this requirement is 7035.� Businesses of all sizes are encouraged to respond.� For specific instruction, see Required Capabilities, Eligibility, and Submission Details below.� Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for future 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.�� 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. BACKGROUND: This requirement is currently being performed under the Firm Fixed Price contract N6893621C0010 with HDL Research Lab Inc., in support of the Avionics & Mechanical Engineering Support Branch at NAWCWD Point Mugu, CA.� Requests for additional information may be submitted via the Freedom of Information Act (FOIA) at http://foia.navair.navy.mil. REQUIRED CAPABILITIES: The contractor shall supply an additional quantity of twenty (20) units P/N SR-126A power supplies for the NAWCWD Avionics & Mechanical Engineering Support Branch and its customers. �The P/N SR-126A Power Supply provides input/output power requirements, input/output overvoltage/overcurrent protection, regulated outputs, electrical interface power requirements, ���timing profiles, mating mechanical interfaces, etc.� These power supplies are critical for proper �operation of the ALICs and there are no acceptable substitutions available.� Currently, HDL Research Lab Inc. is the only source with the requisite knowledge, experience and technical expertise to continue building P/N SR-126A power supplies and the only source with the technical data package, facilities and capabilities required to manufacture the item for the Avionics program.� P/N SR-126A power supplies are needed to build ALICs in support of the United States Air Force (USAF) and Foreign Military Sales (FMS) customers with High-Speed Anti-Radiation Missile (HARM) Avionics requirements.� The ALICs mission is critical to the USAF and FMS operations and deployments. Estimated RFP release: June 2022 Estimated Award: September 2022 Period of Performance: 61 Weeks ARO� Place of Performance: NAWCWD Point Mugu, CA ELIGIBILITY The North American Industrial Classification System (NAICS) code for this requirement is 334418 Printed Circuit Assembly (Electronic Assembly) Manufacturing. The Product Service Code (PSC) is 7035 Automated Data Processing (ADP) Support Equipment. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than fifteen 8.5"" x 11"" pages in length, 12 point font minimum), demonstrating their ability to deliver the requirements described herein. This documentation should address, at a minimum, the following: 1. Title of the requirement for which you are submitting a capabilities statement package. 2. Company name, address, point of contact name, phone number, fax number, and email address. 3. Company profile to include office location(s), cage code, and DUNS number. 4. Company size in number of employees and if your company size is large or small according to the above listed NAICS and size standard. 5. If your company is a small business, specify if it is any of the following: Service-Disabled Veteran Owned Small Business (SDVOSM), HUBZone Small Business, 8(a) concern, Woman-Owned Small Business (WOSB), and Economically Disadvantaged Woman-Owned Small Business (EDWOSB). 6. Under a Small-Business Set-Aside, in accordance with FAR 52.219-14, Limitations on Subcontracting,�� At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. In other words, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is a small business, provide an explanation of your company�s ability to perform at least 50% of the required tasking. 7. Prior/current corporate experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the contract referenced relates to the requirement as described herein. Specific reference should be made to experience in manufacturing SR-126A ALIC Power Supply. 8. Describe your resources available in terms of corporate management and currently employed personnel to be assigned to tasks under this effort, to include professional qualifications and specific experience of such personnel. 9. Describe your organization�s management approach to staffing this effort with qualified personnel. 10. Describe your organization�s ability or potential approach to meeting the technical and delivery requirements as specified herein. 11. Describe your organization�s capacity or potential approach to achieving capacity for managing the magnitude of the requirements as specified herein. 12. Security requirements. If the contractor has a current contract with the Government, the capability statement should address if the contractor has a current DD254 and current Secret security clearance. The capability statement package should be submitted by email to the Contract Specialist (CS), Kelly Van at kelly.t.van.civ@us.navy.mil by no later than 10:00 AM PST on 05/24/2022. Questions or comments regarding this notice may be addressed by email to the CS. Information and materials submitted in response to this synopsis WILL NOT be returned. Classified material SHOULD NOT be submitted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9e25f36060640f7bba42aab4448723f/view)
 
Record
SN06331259-F 20220520/220518230100 (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.