Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2020 SAM #6768
SOURCES SOUGHT

R -- Global Positioning Integration and Navigation Systems (GPINS)

Notice Date
6/8/2020 1:18:25 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R19R0003-1
 
Response Due
6/12/2020 3:00:00 PM
 
Archive Date
06/27/2020
 
Point of Contact
Karen F. Davis, Phone: 9283286124, Fax: 9283286534, Edgar Angulo, Phone: 9283286172
 
E-Mail Address
karen.f.davis.civ@mail.mil, edgar.angulo.civ@mail.mil
(karen.f.davis.civ@mail.mil, edgar.angulo.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government intends to award a contract for Global Positioning Integration and Navigation Systems (GPINS) on an SOLE SOURCE basis, but is seeking vendors that may be able to fulfill this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source is a Cost-Plus-Fixed-Fee (CPFF) effort for GPINS Services. The contract is to be proposed to Cibola Information System Inc. for GPINS test support and instrumentation development. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached is the draft Performance Work Statement (PWS). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code 541330 Engineering Services with a standard size $16.5 Million. In response to this sources sought, please provide: 1. Describe the resource and technical capabilities that would be provided by your company to support the following: a) Support developmental test and evaluation activities using customized applications of Global Positioning System (GPS) based Inertial Navigation System (INS). b) Rapidly develop navigation instrumentation solutions to support unique installations, one-time data requirements, integration of other navigation instrumentation, and development of test program specific instrumentation. c) Support systems under test and development as subject matter expert on GPS architectures, GPS technologies, GPS software, GPS integration, navigation solutions, and data collection instrumentation.���������� d) Conduct data analysis and post-process GPS/INS data to support the evaluation of requirements of developmental systems under test. 2. Describe how your company�s navigation instrumentation has been implemented in both commercial and military aircraft, ground vehicles, and Unmanned Aerial Systems (UAS) in test and evaluation-based applications. 3. Describe how your company�s navigation instrumentation has been implemented, operated, maintained and operated within extreme environments such as desert, tropics, and cold regions. 4. How does your company�s navigation instrumentation collect, store, and transmit navigation data? 5. Describe your company�s ability to integrate different sensors to your navigation instrumentation and discuss the dataset produced from your navigation instrumentation. Responses should include but are not limited to the following: a) Latitude, Longitude, Altitude b) Velocity and Acceleration c) Roll, Pitch, and Heading d) GPS time, UTC, and IRIG timecode B e) Temperature and Pressure 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, business size (large business or a small business). If applicable, include a statement regarding small business status (small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 8. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify any subcontracting, joint ventures, or teaming arrangements that will be pursued, if any. 9. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 10. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 11. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 12. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47fd794897d64b17a21f18bd1eea1e67/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN05683791-F 20200610/200608230152 (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.