SOURCES SOUGHT
59 -- Communications Electronics Advanced Technology Systems
- Notice Date
- 3/10/2010
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-10-R-0166-RFI
- Archive Date
- 4/3/2010
- Point of Contact
- Christine Yezzo, , Keith P Davis,
- E-Mail Address
-
christine.yezzo@navy.mil, keith.davis@navy.mil
(christine.yezzo@navy.mil, keith.davis@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request For Information for Communications-Electronics Advanced Technology (CEAT) Systems ______________________________________________________ SOLICITATION NUMBER: N68335-10-R-0166-RFI GENERAL INFORMATION: Document Type: Request For Information (RFI) Classification Code: 5999 NAICS Code(s): 334419 Other Electronic Component Manufacturing Contracting Office Address: Department of the Navy, Naval Air Systems Command Naval Air Warfare Center Aircraft Division (NAWCAD) - Lakehurst ATTN: Christine Yezzo Hwy. 547, Building 562, Room 3C Lakehurst, NJ, 08733-5083, United States REQUEST FOR INFORMATION: PURSUANT TO FAR 15.201(e) THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR INFORMATION AND PLANNING 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. IN ACCORDANCE WITH FAR 15.201(e), 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. This sources sought notification is a market research tool being used to determine potential sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Requirements (SCR) Division, Patuxent River, St. Inigoes, Maryland is surveying the vendor community for all interested parties in the intended procurement of research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and logistics support of Navy, Army, Air Force, Special Operations Forces, Joint Services, Federal Agencies, Counterdrug, and other agencies Communications-Electronics Advanced Technology (CEAT) systems. CEAT systems entail analog and digital, communications/telecommunications, voice, data, video to include Video Teleconferencing (VTC), Distance Learning, Briefing and Display Systems (BDS), imagery, information warfare, cyberwarefare, virtual labs, distributed processing and neural and information network systems, subsystems, and equipment. These systems are employed on various air, shore, manpack/handheld, transportable, boat, and vehicular platforms to support defense and agency forces operations network and information technology systems. REQUIREMENTS: The contractor shall provide services and supplies to the SCR Division to support the research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and/or logistics of CEAT systems. Support shall include developing new CEAT systems and upgrading current CEAT systems using new and emerging technologies. The support ranges from planning, research, design and development to specialized technical support for equipment or subsystems to turnkey production of fully integrated CEAT systems using digital and analog technologies. A CEAT system can range from a stand-alone electronic system to global, integrated communications solutions combining satellite and terrestrial network communications networks supporting converged voice, video and data systems with customized software applications. INFORMATION REQUESTED Interested parties, of this RFI, are requested to submit a written response, not to exceed twenty (20) pages in length, demonstrating their capability to perform the tasks listed above. This documentation shall address, at a minimum, the following: (1)A description of the level of interest in this program, i.e., does your company anticipate interest in being a prime or a subcontractor for this requirement? (2)Prior and/or current corporate experience in performing efforts of similar size and scope within the last three years including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current phone number, and a brief description of how the contract reference relates to the technical services described herein; (3)Company profile to include number of employees, company size (large or small), annual revenue history, office locations, DUNs number, etc.; (4)Resources available such as corporate management and currently employed personnel to be assigned to the project to include professional qualification and specific experience of such personnel; (5)Management approach to staffing this effort with qualified personnel. The staffing plan should address current hires that would be available for assignment of this effort, possible subcontracting/ teaming arrangements, and strategy for recruiting and retaining qualified personnel. The Government is currently contemplating award of a five year indefinite delivery indefinite quantity (IDIQ) cost type contract for this requirement, however, industry input concerning alternative contract types is encouraged. **PLEASE NOTE: The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: It is requested that responses to this RFI be submitted electronically to the contract Specialist in Microsoft Word Format or Portable Document Format (PDF) at the following address: christine.yezzo@navy.mil. Alternatively, the package may be sent by mail to the following address: Department of the Navy, Highway 547, Bldg, 562-3, Contracts Office, Lakehurst, NJ 08733. Request for copies of the solicitation will not be honored at this time; a formal synopsis will be issued at a later date. The deadline for response to this request is 19 March 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-R-0166-RFI/listing.html)
- Record
- SN02088173-W 20100312/100310234959-7d9cb66924566e2ed9a8ec7e6a397425 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |