SOURCES SOUGHT
14 -- CWPE Software for F/A-18 JMPS-IP JSOW & JDAM
- Notice Date
- 10/15/2019
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-20-RFPREQ-PMA-201-0066
- Archive Date
- 11/13/2019
- Point of Contact
- Megan Spence, Phone: 3017577201, Jennifer Alvey, Phone: 301-757-8858
- E-Mail Address
-
megan.e.spence1@navy.mil, jennifer.alvey@navy.mil
(megan.e.spence1@navy.mil, jennifer.alvey@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR), Precision Strike Weapons Program Office, Patuxent River, MD is conducting a market survey to identify potential business sources who have the resources, capabilities, and experience to successfully provide Common Unique Planning Component (CUPC) Weapons Planning Environment (CWPE) software in support of the F/A-18 Joint Mission Planning System - International Programs (JMPS-IP) for the Joint Stand-Off Weapon (JSOW) and Joint Direct Attack Munition (JDAM) weapons systems. Support for this requirement is needed through September 2022. NAVAIR intends to use the information provided in response to this Sources Sought Synopsis / Request for Information (SSS/RFI) to aid in refining its acquisition strategy, budget assumptions, and statement of work for this effort. REQUIREMENT: The Government requirement is for periodic CUPC/CWPE software updates to Foreign Military Sales (FMS) customers. SUBMISSION CONTENT: Written responses to this SSS/RFI are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. Companies should indicate whether they are a manufacturer or non-manufacturer, based on the regulation contained in FAR 19.102(f). b) A description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. c) A summary of your company's capability and approach to meet the requirement. d) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. SUBMISSION INFORMATION: Interested offerors shall respond to this SSS/RFI no later than 10:00 AM (Eastern) on 29 October 2019. All interested offerors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Interested offerors shall provide electronic responses via email. Electronic responses shall be submitted in Microsoft Word, Microsoft Excel, or Portable Document Format (PDF). Submit responses to the following: Email: jennifer.alvey@navy.mil and megan.e.spence1@navy.mil THIS IS A SOURCES SOUGHT SYNOPSIS REQUESTING INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. It is a market research tool being used to determine the availability, capability, and adequacy of potential business sources for planning purposes. There is no solicitation document available; nor are proposals being requested or accepted. The Government is not obligated to and will not pay for any costs associated with the information received from potential sources as a result of this synopsis, oral presentations, or any follow up requests for information. Any information provided by respondents to this synopsis is strictly voluntary. It is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website located at https://www.fbo.gov. It is the potential offerors' responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-20-RFPREQ-PMA-201-0066/listing.html)
- Place of Performance
- Address: 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN05474598-W 20191017/191015230527-e659e58f3551498b9de979017099399f (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 |