SOURCES SOUGHT
58 -- Sources Sought for Global Positioning System Based Range Instrumentation Equipment (GPS-BRIE)
- Notice Date
- 10/28/2025 2:52:17 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893626R0008
- Response Due
- 11/12/2025 2:00:00 PM
- Archive Date
- 10/28/2026
- Point of Contact
- Joanna Capazzi, Phone: 7607934464, Christopher N. Bigelow, Phone: 7603014847
- E-Mail Address
-
joanna.m.capazzi.civ@us.navy.mil, christopher.n.bigelow.civ@us.navy.mil
(joanna.m.capazzi.civ@us.navy.mil, christopher.n.bigelow.civ@us.navy.mil)
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA. is seeking information for potential sources regarding the development, procurement, upgrade, sustainment, integration, testing, data collection/analyses, and training associated with Global Positioning System (GPS) Based Range Instrumentation Equipment (BRIE) at participating DoD Test and Training (T&T) ranges, programs of record, authorized foreign T&T ranges, and other authorized Government agencies/organizations using GPS-BRIE for Research, Development, and Test and Evaluation. This Market Research tool is being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. A draft Statement of Work (SOW) is attached to this Sources Sought. Vendors must be registered in the System for Award Management (SAM) database, at the following website: https://www.sam.gov/ , to be considered a responsible source. The following dates are anticipated time frames associated with this requirement: Estimated Final RFP release: FY26 Quarter 3 Estimated Award: FY26 Quarter 4 Estimated Delivery: FY26 Quarter 4 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 PROGRAM BACKGROUND Currently, GPS-BRIE requirements are satisfied through multiple orders against the Combat Environment Instrumentation Systems (CEIS) II Multiple Award Contract (MAC) N68936-23-D-0013. Because the delivery orders expected under the contemplated GPS-BRIE contract are so integrally related, only a single source can efficiently perform the work; therefore, the resultant contract is anticipated to be a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with a combination of Cost Plus Fixed-Fee (CPFF), Cost, and Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs). 4.0 SPECIAL REQUIREMENTS See attached SOW for specification criteria. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code�s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Proprietary information and trade secrets, if any, must be clearly marked on all submitted materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. 5.0 ELIGIBILITY The anticipated NAICS code for this requirement is 334511. The anticipated predominant PSC is 5865, Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability Equipment. Other anticipated PSCs include PSC K058, Modification of Equipment: Communication, Detection, and Coherent Radiation Equipment; PSC AC32, National Defense R&D Services; Defense-Related Activities; and Applied Research; and PSC J058, Maintenance/Repair/Rebuild of Equipment: Communication, Detection, and Coherent Radiation Equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government�s capability determination. 6.0 SUBMISSION DETAILS Interested parties shall submit a document outlining their capabilities in meeting the requirements as outlined in this Sources Sought Notice and associated attachment(s). Interested parties shall adhere to the following instructions for the submittal of their capabilities statements: Page Limit and Format: No more than ten 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. Document Type: Microsoft Word, Adobe PDF Delivery: Electronic mail (email) submission to the Contract Specialist, Joanna M. Capazzi, at joanna.m.capazzi.civ@us.navy.mil All questions must be submitted via email to the Contract Specialist, Joanna M. Capazzi at joanna.m.capazzi.civ@us.navy.mil Capability Statements are due no later than 2:00 PM Pacific on 12 November 2025. No classified information shall be submitted in response to this Sources Sought. No phone calls will be accepted. All responses shall include the Sources Sought Notice name/number, Company Name, CAGE Code, Company Address, Company Business Size, and Points of Contact (POC), including name(s), phone number(s), and email address(es). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. Capability Statements should demonstrate ability to perform the specific requirement: include an outline of previous projects related to the program description; identify specific work previously performed or currently being performed related to the program description; and provide any other specific and pertinent information as it pertains to this particular procurement that would enhance the Government�s consideration and evaluation of the information submitted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2a83b546307f45f5b9812b78226726f4/view)
- Record
- SN07630062-F 20251030/251028230038 (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 |