SOURCES SOUGHT
59 -- eJTU Sources Sought
- Notice Date
- 6/12/2012
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893612R0109
- Response Due
- 7/17/2012
- Archive Date
- 7/17/2013
- Point of Contact
- Erin Strand, 760-939-7309
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWPNS) seeks qualified vendors to provide enhanced Joint Advanced Missile Instrumentation (JAMI) Time Space Position Information (TSPI) Units (eJTU) in order to develop a qualified products list. In order for a manufacturer/vendor to be included on the list, the vendor must provide a qualified unit in accordance with the following four specifications: 1) NAWC-CH 3119, Revision C, Naval Air Warfare Center Weapons Division Department of the Navy Performance Specification for the Joint Advanced Missile Instrumentation (JAMI) Time Space Position Information (TSPI) Unit JTU Assembly - High Dynamic (JTU-II), dated 14 Oct 2004; 2) NAWC-CH 3125, Revision F, Naval Air Warfare Center Weapons Division Department of the Navy Performance Specification for the High Dynamic Joint Advanced Missile Instrumentation (JAMI) Global Positioning System Sensor Unit (GSU), dated 3 Oct 2005; 3) NAWC-CH 3132, Revision B, Naval Air Warfare Center Weapons Division Department of the Navy Definitions Specification for the Joint Advanced Missile Instrumentation (JAMI) Time Space Position Information (TSPI) Unit Message Structure (TUMS) Digital Protocol, dated 14 Dec 2005; and 4) NAWC-CH 3421, Naval Air Warfare Center Weapons Division Department of the Navy Performance Specification for the Enhanced - Joint Advanced Missile Instrumentation (JAMI) Time Space Position Information (TSPI) Unit (E-JTU), dated 12 Nov 2009. The specifications are available upon request electronically by contacting Erin Strand, Contract Specialist, at erin.strand@navy.mil. If the vendor does not have a qualified unit, the vendor must be responsible for ensuring that full and complete qualification testing is conducted (at the expense of the vendor) to ensure the eJTU will fully comply with the performance specifications identified above. All qualification test plans must be submitted to the Government for review and approval a minimum of 30 days prior to scheduling the qualification testing. Vendor format is acceptable. The Government reserves the right to be present and witness any or all qualification tests as deemed necessary. Only eJTUs qualified by the award date, which is scheduled for 1 October 2012, will be considered for award. If a contract is awarded for this effort, the Government anticipates firm-fixed price, indefinite-delivery, indefinite-quantity (FFP-IDIQ). The minimum buy will be 10 units with a maximum buy of 300 units over a 3-year period of performance. The anticipated award date is 1 October 2012. The solicitation is expected to be released 1 August 2012. Questions and comments are highly encouraged. Submissions of interest and/or statements of capability in the requirement mentioned above should include the following information, taking into consideration that the information submitted may not be used for a procurement action: (1) A reference to the schedule number N68936-12-R-0109 and title (eJTU Sources Sought) of this announcement; (2) Company Name and Address; (3) Company ™s point of contact name, phone, fax, and e-mail; (4) If a U.S. or foreign company; (5) Company Size (Small or Large according to the NAICS and size standard listed below); (6) If your company is a Small Business, specify if your company is or is not each of the following: (a) Small Disadvantaged Business; (b) HubZone Business; (c) Woman-Owned Business; (d) 8(a) Business; (e) Veteran Owned Business; (f) Service-Disabled-Veteran-Owned Small Business; (7) A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum) demonstrating ability to perform the specific requirements discussed above; (7) An outline of previous projects, specific work previously performed or being performed; and (8) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. The objective is to compete this requirement on an unrestricted, full and open basis depending on a review of the information submitted in response to this sources sought. In addition to searching the market for qualified vendors, the results of the sources sought will be used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 334220 with a small business size standard of 750 employees or less. All Small Business Set-Aside categories will be considered. The Govenrment requests that all companies, Large and Small, submit their business size. This announcement is open until 2:00 PM Pacific Time, 17 July 2012. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses should be sent to Erin Strand, Contract Specialist, by e-mail at erin.strand@navy.mil, by fax at 760-939-8329, or by mail at Commander, Code 220000D (E. Strand), NAVAIRWARCENWPNDIV, 429 E. Bowen Rd “ Stop 4015, China Lake, CA 93555-6108. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893612R0109/listing.html)
- Record
- SN02773475-W 20120614/120612235459-988c711a4eb72f9faf581d50612151f3 (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 |