SOURCES SOUGHT
J -- Atlantic Test Ranges (ATR) Pedestal Maintenance & Upgrades
- Notice Date
- 3/31/2020 7:48:18 AM
- Notice Type
- Sources Sought
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- 1300839189
- Response Due
- 4/15/2020 10:30:00 AM
- Archive Date
- 04/30/2020
- Point of Contact
- Lori A Gelinas, Phone: 3017579784
- E-Mail Address
-
lori.gelinas@navy.mil
(lori.gelinas@navy.mil)
- Description
- The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. A Pre-solicitation Notice with regards to this requirement will be released on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 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 PREPARATIONS OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION The Naval Air Warfare Center- Aircraft Division (Procurement Group) at Patuxent River, MD announces its intention to procure, on a sole-source basis, the maintenance of existing radar pedestals, purchase of new pedestals and upgrades, and for an acquisition channel to purchase spares or repairs in minimum time when time is a critical element.� This project will replace/improve/upgrade Aircraft Signature & Avionics Measurement Branch�s (ASAM) 3414/3880 Servo Drive/Antenna Control Units (ACU) to 3414/4100 Servo Drive/ACU systems and replace/upgrade 3204/3883 Pedestal/ACU to 3414/4100 Pedestal/ACU system. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the maintenance and support described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is J058; the NAICS is 811213. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a five-year ordering period. The anticipated start date is October 1, 2020. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Firm Fixed Price (FFP). The services and new equipment or spares shall be utilized on-site at Naval Air Station Patuxent River, MD Atlantic Test Range. REQUIREMENTS See attached Draft SOW In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50 % of the work themselves in terms of cost performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the software maintenance and training listed in the attached SOW. This documentation must address, at a minimum, the following: 1. Title of the Requirement you are applying to; 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Price/current corporate experience performing efforts of a similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the software described herein; 4. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; 5. Management approach to staffing this effort with qualified personnel; 6. Statement regarding capability to obtain the required industrial security clearances for personnel; 7. Company�s ability to perform at least 50% of the work; and 8. Company�s ability to begin performance upon contract award. The capability statement package shall be sent by e-mail to the Procurement Group, Lori A. Gelinas, Code A2522013, lori.gelinas@navy.mil. Submissions must be received no later than 1:30 p.m. Eastern Standard Time on 15 April 2020. Questions or comments regarding this notice may be addressed to Lori A. Gelinas via email at lori.gelinas@navy.mil. All responses must include the following information: Company Name; Company address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and email address. Place of Contract Performance: Atlantic Test Range (ATR) 23013 Cedar Point Road, BLDG 2118 Patuxent River, Maryland 20670, United States
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/683e993a22c54d10885853399edc88a6/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN05606319-F 20200402/200331230154 (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 |