SOURCES SOUGHT
A -- Airborne Cryogenic Device - Draft Specifications Worksheet
- Notice Date
- 3/6/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893618R0049
- Archive Date
- 4/30/2018
- Point of Contact
- Corrine Gottshall, Phone: 7609391878, Scott Hansen, Phone: 760-939-8295
- E-Mail Address
-
corrine.gottshall@navy.mil, scott.c.hansen@navy.mil
(corrine.gottshall@navy.mil, scott.c.hansen@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this sources sought is to conduct market research and gain market knowledge for the Naval Air Warfare Center Weapons Division's (NAWCWD) Joint Virtual Response Analysis Prototype Integration and Deployment (JVRAPID) Program in order to determine if any responsible sources in Industry, Government or University can provide a hybrid technology cryogenic device in a flight environment. 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. Please refer to the attached Draft Specifications worksheet for specific and/or special requirements. The Government is considering a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) contract. Any firm believing it can fulfill the requirement identified above and within the attached DRAFT Specifications worksheet may submit a written response. The written response shall reference solicitation number N6893618R0049 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work. Contractor responses shall also include the following information: -A reference to the solicitation number N6893618R0049 and brief title of this announcement; -Company name and address; -Company's point of contact name, phone number, and e-mail address; -Declaration as to whether a U.S. or foreign company; -Company size (Small or Large according to the identified NAICS and size standard identified); -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; -A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above and within the attached DRAFT Specifications worksheet; -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 -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. Not site visit will be offered after a solicitation is issued. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail no later than the date and to the point(s) of contract listed above. 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/notices/1e82cebc625488fd6cf32d7252623a5d)
- Place of Performance
- Address: Point Mugu, CA, United States
- Record
- SN04844665-W 20180308/180306231531-1e82cebc625488fd6cf32d7252623a5d (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 |