Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2020 SAM #6657
SOURCES SOUGHT

59 -- Airborne Threat Simulation Organization Radar Modulators (Modulator, Radar MD-1390/ULQ-21(V))

Notice Date
2/18/2020 3:17:19 PM
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0073
 
Response Due
3/4/2020 5:00:00 PM
 
Archive Date
03/04/2021
 
Point of Contact
Ashley Bruce, Phone: 7609398996, Christopher N. Bigelow, Phone: 7609392530, Fax: 7609398107
 
E-Mail Address
ashley.c.bruce@navy.mil, christopher.bigelow@navy.mil
(ashley.c.bruce@navy.mil, christopher.bigelow@navy.mil)
 
Description
The Naval Air Warfare Center Weapons Division intends to procure on an other than full and open basis from Mercury Defense Systems, Inc., 10855 Business Center Drive, Building A, Cypress, California 90630-5252 a five year Indefinite Delivery, Indefinite Quantity contract to provide production radar modulators (Modulator, Radar MD-1390/ULQ-21(V)) and incidental teardown and evaluation, repairs, and modification services to modify or develop variants of the radar modulators to meet new threats.� Any interested parties may submit information in which they identify their interest and capabilities to respond to this requirement. The Government will consider all information received by 04 March 2020 at 5:00PM PST. Any submissions or questions shall be submitted via email to Ashley C Bruce at ashley.c.bruce@navy.mil. Contractor responses shall include the following information:� a)�� �A reference to the solicitation number N6893620R0091 and brief title of this announcement;� b)�� �Company name and address;� c)�� �Company's point of contact name, phone number, and e-mail address;� 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 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above and within the attached DRAFT SOW and specifications/drawings; � 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; 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled information in Contract Opportunities within beta.sam.gov �See the DLA website for the Joint Certification Program: �https://www.dla.mil/HQ/LogisticsOperations/Services/JCP� 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."" �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bbd2ee2c187f4dee88f86dca72845a13/view)
 
Record
SN05564746-F 20200220/200218230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.