Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2024 SAM #8331
SOURCES SOUGHT

58 -- SPN-50 FY26-27

Notice Date
9/16/2024 11:08:13 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-TPM213-0175
 
Response Due
10/4/2024 2:00:00 PM
 
Archive Date
10/19/2024
 
Point of Contact
Valentina Huntt-Cereda, John Britt, Procuring Contracting Officer
 
E-Mail Address
valentina.huntt-cereda.civ@us.navy.mil, john.e.britt10.civ@us.navy.mil
(valentina.huntt-cereda.civ@us.navy.mil, john.e.britt10.civ@us.navy.mil)
 
Description
1.0 INTRODUCTION THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. �It is being used to determine potential and eligible businesses capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of a Request for Proposal.� The Government is not obligated to and will not pay for any information received from potential sources because of this notice.��� The Naval Air Systems Command, (NAVAIR) Patuxent River, Maryland, Air Traffic Management Systems Program Office (PMA-213) intends to modify contract N00019-23-C-0049 to procure Fiscal Year (FY) 2026 and FY 2027 AN/SPN-50 Shipboard Air Traffic Radars. 2.0 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. 3.0 BACKGROUND �AN/SPN-50 is a fully coherent, multiple beam, three-dimensional (3-D) radar sensor that operates at C-band with high output power, intended for use on naval ships, that enables operators to provide Air Traffic Control services to Joint-coalition forces across the full range of military operations in congested electromagnetic environments and all weather conditions. This is a follow-on requirement. The Original Equipment Manager (OEM) is Saab, Inc. 5717 Enterprise PKWY Parkway, East Syracuse, NY 13057-2963. 4.0 REQUIRED CAPABILITIES NAVAIR requires deliveries of AN/SPN-50 radars to remain on schedule for installation efforts on Wasp and America class ships. Specialized skills are required for the production effort to meet the stringent schedule. The AN/SPN-50 includes integration of complex contractor developed software and hardware in conjunction with Government cooperation using organically developed algorithms for target processing. This system is specialized for operation with the AN/SYY-1 Display system, involving characterization of the system in their operational environment to ensure ship requirements are met. The OEM is the sole AN/SPN-50 designer, developer and manufacturer.� The U.S. Navy did not procure the Technical Data Package (TDP) that would allow another source to produce the AN/SPN-50. Interested parties must include a detailed explanation of how they would complete the production requirements without a Government furnished TDP. Any responses must explain how they will meet delivery schedules. 5.0 ELIGIBILITY All interested contractors must be registered in the System for Award Management government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who possess the supplies and services provided in this notice and can meet these requirements are invited to respond. The Government will not reimburse participants for any expenses associated with their participation in this notice. 6.0 SUBMITTAL INFORMATION It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 10 - 8.5 x 11 pages in length, single-spaced, 12-point font minimum) demonstrating the capability to meet the requirements of this notice. This documentation must address, at a minimum, the following: A company profile to include Company name, business size under NAICS Code 334511, office location(s), Point of Contact name, phone number, email address, Commercial and Government Entity code, and Unique Entity ID. Include a brief description of any applicable contracts relating to the supplies and/or services described herein. Prior/current industry experience of similar size and scope as referenced in section 3.0 �Required Capabilities�. Address the proposed management approach to staffing the effort with qualified personnel. Include corporate management policies, quality certifications, and the experience level of currently employed personnel to be assigned tasks under this effort. Provide documentation of the company's ability to begin performance immediately upon contract award projected in Q1FY25, to include a detailed plan and estimated schedule(s) of performance.� Include any deviation or impact, if applicable. Provide documentation to show the company's ability to meet the Required Capabilities and Eligibility of this notice. Media: One (1) electronic copy is required. Submissions should be in Adobe PDF. Note that large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security. Means of Delivery: Submissions must be received no later than the Response Date of this notice. The capability statement package and/or questions or comments regarding this notice may be sent by email to Valentina Huntt-Cereda at valentina.huntt-cereda.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/43f417539c3f4088a8eee0a8aed6df5f/view)
 
Place of Performance
Address: East Syracuse, NY 13057, USA
Zip Code: 13057
Country: USA
 
Record
SN07213136-F 20240918/240916230120 (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.