SOURCES SOUGHT
A -- Request for Information (RFI): Surface Electronic Warfare Improvement Program (SEWIP) BLK 2 Tactical Simulator Development - Draft Statement of Work
- Notice Date
- 3/19/2018
- 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 Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N00178-18-D-5007
- Archive Date
- 4/17/2018
- Point of Contact
- Keith Dobson, Phone: 540-653-1456
- E-Mail Address
-
Russell.k.dobson@navy.mil
(Russell.k.dobson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work Special Notice: This is neither a request for formal Request for Proposals (RFP) or quotes. The Government will not reimburse any costs associated with the development and submission of materials in response to this request. There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against NSWCDD shall arise as a result of a response to this Sources Sought notice or NSWCDD's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Objective: The Naval Surface Warfare Center Dahlgren Division is seeking information from capable businesses about their interest, capabilities and relevant experience in Surface Electronic Warfare Improvement Program (SEWIP) BLK 2 Tactical Simulator Development efforts here at NSWCDD. Note 1: A DD254, Contract Security Classification Specification, shall be applicable to any prospective work covered under this RFI. Should such a requirement materialize, a prospective contractor(s) must have to: (1) a SECRET facility clearance that is cleared at the SECRET level for both information processing and storage; and (2) personnel available with favorably adjudicated investigations and personnel security clearances at the collateral SECET level. Note 2: The requested information is for planning purposes and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. Locations: Contractor Facilities Occasional travel (both CONUS and OCONUS) as necessary to perform the work. Resources: In order to aid industry in evaluating their ability to perform the requirement, the following documents have been attached and are provided here in this RFI: 1. Draft SOW. Submission of Information: It is requested that the above information be provided no later than April 2, 2018. Responses may be submitted via e-mail to russell.k.dobson@navy.mil. No telephone responses will be accepted. Request for Capabilities Statements: Interested parties are invited to submit responses addressing the following information, as applicable to the topic areas above: 1. RFI responses shall be limited to no more than 20 pages, not including cover letter, cover page, list of questions and table of contents. 2. Company Name, Address, CAGE code; 3. RFI Response Point of Contact name, telephone number, and email address; 4. Feedback and questions regarding the feasibility or challenges for performing this work; 4a. This feedback and questions will be used to clarify any follow-up RFI or Request For Proposal (RFP) 5. Information describing company capabilities, resources, experience, and product lines that demonstrate an ability to perform this work; 6. Description of how the interested party would perform the work to address the Surface Electronic Warfare Improvement Program (SEWIP) BLK 2 Tactical Simulator Development, and what teaming arrangements might be made, if any, with other companies; 7. Please provide a list of assumptions, if any, which were considered in formulating the response; 8. Indicate the Business Size and number of employees & any socio-economic status (if eligible). The data received in response to this RFI is for information purposes only and does not mandate or impose requirements or commit the Government or vendor to any action. It is recognized that proprietary data may be included with the information provided. Clearly mark all proprietary information. All Responses shall be UNCLASSIFIED. CLASSIFIED questions or responses are not permitted in response to this request for information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N00178-18-D-5007/listing.html)
- Place of Performance
- Address: Place of Contract Performance:, • Contractor Facilities, • Occasional travel (both CONUS and OCONUS) as necessary to perform the work., United States
- Record
- SN04859472-W 20180321/180319231422-4987810b4900909f805e6ced0fe28f4b (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 |