Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
SOURCES SOUGHT

59 -- Command Control Transmitter (CCT) System Components - Sources Sought Attachment

Notice Date
7/29/2015
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 254300E, 575 I Ave, Suite 1, Point Mugu, California, 93042-5049, United States
 
ZIP Code
93042-5049
 
Solicitation Number
N6893615T0211
 
Archive Date
8/18/2015
 
Point of Contact
Richard Vokes, Phone: (805) 989-4012, Adrienne E. Hickle, Phone: (805) 989-8863
 
E-Mail Address
richard.vokes@navy.mil, adrienne.hickle@navy.mil
(richard.vokes@navy.mil, adrienne.hickle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 334220 for Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing which has a corresponding size standard of 750 employees. 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 the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published. The 2KW, Command Control Transmitter (CCT) Systems for the Naval Air Warfare Center - Weapons Division (NAWCWD), Range Communications and Range Safety offices located at Point Mugu, California are located in mobile shelters and remotely operated from Point Mugu through the existing Navy Flight Termination System (FTS) infrastructure. This specification defines only the requirements for the CCT antenna controller. The CCT antenna controller is required for positioning and control of CCT antenna systems located at NAWCWD. The CCT antenna system provides tracking functions to allow CCT systems to transmit tones to a specified target. The CCT shall provide system status displays, system control, and antenna angle positioning functions for two (2) dual axis helix antennas located at the remote mobile CDT site. The CCT shall also provide a remote interface that provides an antenna status display and shall relay operator commands to the CCT antenna system. The remote interface shall allow for remote control of the CDT antenna system. The antenna interface shall maintain a common ACU interface. Sea Range Communications Branch, Building 531, Point Mugu, CA 93042-5049 The Government is planning to award a sole-source contract The US Government's control software is tailored to the CCT components that were designed, developed, and procured under a previous contract. Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-15-T-0211 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. Contractor responses shall also include the following information: a) A reference to the solicitation number N68936-15-T-0211 and brief title of this announcement; b) Company name and address; c) Company's point of contact name, phone, fax, and e-mail; d) Declaration as to whether a U.S. or foreign company; e) Company size (Small or Large according to the identified NAICS and size standard identified), f) If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, h) 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. i) 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 j) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted. Questions and comments are highly encouraged. An opportunity for a site visit will be offered after the solicitation is issued. 0 Yes 1 No The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 334220 with a small business size standard of 750 employees. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 5 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D3/N6893615T0211/listing.html)
 
Place of Performance
Address: Point Mugu, California, United States
 
Record
SN03815360-W 20150731/150730000017-ea54558d0a65d0b6fb74b46b376c8d6c (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 |
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.