SOURCES SOUGHT
66 -- Keystone Cluster Systems
- Notice Date
- 9/13/2023 4:12:50 PM
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893623R0019
- Response Due
- 10/13/2023 3:00:00 PM
- Archive Date
- 03/13/2024
- Point of Contact
- Samantha Guth, Phone: 7607933079, Daryl Magdangal, Phone: 7606082715
- E-Mail Address
-
samantha.a.guth.civ@us.navy.mil, daryl.t.magdangal.civ@us.navy.mil
(samantha.a.guth.civ@us.navy.mil, daryl.t.magdangal.civ@us.navy.mil)
- Description
- (1) INTRODUCTION AND PURPOSE: NAWCWD intends to award a sole source contract to Syracuse Research Corporation (SRC) for engineering services and other electronic component manufacturing in support of Advanced Threat Environments Signal Generation needs and the Airborne Electronic Attack (AEA) Integrated Product Team (IPT). The purpose of this sources sought is to determine if there are other companies capable of providing the required services in a competitive procurement and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 334419 for Other Electronic Component Manufacturing. 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 responses to this sources sought, a synopsis and/or solicitation announcement may be published.�� (2) PROGRAM DESCRIPTION: The AEA IPT EA-18G program has previously procured multiple cabinets that make up the Next-Generation EW Environment Generator (NEWEG).� This multi-million dollars suite provides state of the art Electronic Warfare (EW) simulation and stimulation technology for current and future EW systems testing.� Within the NEWEG system, the DGEN subsystem enables this capability by executing models directly from Electronic Warfare Integrated Reprogramming Database (EWIRDB). However, due to Central Processing Unit (CPU) limitation at the time DGEN was developed, there is limitation on which EWIRDB models DGEN can execute.� The KC Cabinet is a high-performance computing cluster that enhances the simulation performance of the existing NEWEG DGEN.� The keystone cluster cabinets are needed as an execution engine for reactive threat model simulation, with the goal of providing real-time execution of complex threat models that do not work on the DGEN alone. The Keystone Cluster cabinets work with the DGEN sub-system to execute real-time complex threat models that are �otherwise� unable to run in real-time on the DGEN AMPS server. This is not a follow-on contract. (3) REQUIRED CAPABILITIES: The AEA IPT EA-18G program is requesting for a Contractor to fabricate, assemble, integrate, test, deliver, install, and demonstrate the use of two SRC6150E Keystone Cluster Cabinets and one SRC6130 Spare AMPS that will be delivered to the place of performance. In addition, the contractor will need to provide engineering services support in the form of development of hardware and software system modifications as well as documentation, training, and maintenance support to the new systems. (4) PLACE OF PERFORMANCE: The efforts will be performed in Point Mugu, California. (5) CONTRACT TYPE: The Government is considering a Firm Fixed Priced (FFP) Contract with a single (1) one year period of performance. (6) SPECIAL REQUIREMENTS: The Government requests that responses to this sources sought include the following: Capability of delivering the two Keystone Cluster cabinets with the descriptions of SRC6109 DGEN Cabinet Chassis, SRC6145 Keystone Cluster Nodes, 10-Gig Network Switch, 1-Gig Network Switch, Power Distribution units, Rack Power Module, and Uninterruptable Power Supply 3 Phase 208 VAC input. Demonstrate the capability to fabricate, assemble, test, deliver, install, and provide training on the operational use in the Keystone Cluster cabinets and AMPS server integrated with the NEWEG DGEN system to AEA SIL NAWCWD Point Mugu. Demonstrate the capability to prepare and deliver for government approval Acceptance Test Procedures (ATPs).� Acceptance testing shall be conducted by the Contractor on each Keystone Cluster Cabinet and the AMPS Server offered for delivery in accordance with the Government approved test procedure.� Initial full Factory Acceptance Testing (FAT) shall be conducted at the Contractor�s facility. Final acceptance shall be granted following a fully successful ATP and FAT with complete verification and functional demonstration performed at the Government�s NAWCWD Point Mugu, CA facility.� The Contractor shall provide the results of each acceptance test in the form of a test report and shall provide the test report with each KC offered for acceptance. 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. The title of the requirement for which you are submitting a capabilities statement package. 2. Include your company name, address, point of contact name, phone number, fax number, and email address 3. Include your company profile to include office location(s), cage code, and DUNS number. 4. Describe your company size by number of employees, and if your company size is large or small according to the 334515 NAICS code 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, 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) ADDITIONAL INFORMATION: Upon evaluation of capability statements, if it is determined that this requirement will be unrestricted and procured on a competitive basis, the Government intends to evaluate Small-Business responses and conduct further market research to identify a subcontracting goal. CONTRACTOR RESPONSE: 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 30 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893623R0019 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 Questions and comments are highly encouraged. Responses shall be submitted by e-mail to the point(s) of contact listed above no later than 15 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f241d4b351004c5faace82d708060389/view)
- Record
- SN06830572-F 20230915/230913230514 (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 |