Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2020 SAM #6790
SOURCES SOUGHT

58 -- Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One (I1B1) Program Sources Sought/Request for Information

Notice Date
6/30/2020 5:42:24 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N0002420R6427
 
Response Due
7/13/2020 2:00:00 PM
 
Archive Date
10/10/2020
 
Point of Contact
Valeria Giberti, Phone: 2027811519, Roy Williams, Phone: 2027813106
 
E-Mail Address
valeria.giberti@navy.mil, roy.williams@navy.mil
(valeria.giberti@navy.mil, roy.williams@navy.mil)
 
Description
This notice is for market research purposes only and does NOT constitute a request for proposal.� This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government.� The Government is NOT seeking or accepting unsolicited proposals.� This Sources Sought/Request for Information (RFI) notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the SEA 06 Expeditionary Missions (EXM) Program Office (PMS 408).� The Navy is conducting market research in accordance with FAR Part 10 to determine whether two or more businesses possess the requisite capabilities to 1) �manufacture JCREW I1B1/DRAKE systems from a Build-To-Print Technical Data Package 2) perform depot level repair of� JCREW I1B1/DRAKE systems, and 3) �design and integrate hardware and software upgrade into JCREW I1B1 / DRAKE systems.. The objective of this source sought/RFI is to help the Government determine the production qualifications of companies in meeting the Government�s needs for the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One (I1B1) Program, hereafter referred to as the JCREW I1B1 program. The JCREW I1B1 system, which includes three distinct form factors (mounted, dismounted, and fixed site), protects personnel against Radio Controlled IEDs; and a variant referred as DRAKE, provides a Counter�Unmanned Aircraft System (C-UAS) capability to afloat and ashore forces. JCREW I1B1 utilizes an open architecture design, with common hardware and software between the three form factors, and with the DRAKE variant.� JCREW I1B1 is employed by the U.S. Navy, USAF, Other Government Agencies, and is available for sale to approved countries via Foreign Military Sales (FMS). This RFI is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, request for proposal, or an obligation on the part of the Government to acquire any products or services.� Your response to this RFI will be treated as information only and part of market research and will not be shared outside of the Government.� When/if the Government issues a Request for Proposal (RFP), interested contractors will be expected to thoroughly address the RFP requirements regardless of the circumstances surrounding this RFI. Due to the nature of this requirement, the prospective Offeror shall demonstrate the required level of manufacturing and production expertise, as well as the ability to fulfill the requirements described in this notice. Interested parties are requested to respond with a white paper company profile to include the following: 1. A presentation of your company�s relevant knowledge, skills, and abilities particularly with regard to the design, manufacture, testing, and repair of Software Defined Radio and RF Amplifiers and complex RF systems. 2. An understanding of the risks regarding Build-to-Print production efforts, and how they can be mitigated. 3. Past performance on projects of a similar technology, domain, and/or scope. Responses: Interested firms who believe they are capable of providing the above-mentioned services and that meet SECRET clearance requirements are invited to indicate their interest by providing: -Company name -Company address -Overnight delivery address (if different from mailing address), -Cage code, -Point of Contact, to include E-mail address, Telephone number, Fax number, -Facility clearance; -Business Size Status (i.e. Large, SB, VOSB, SDVOSB, WOSB, etc.) -Number of Employees Interested parties are requested to respond to requested information in this RFI with a white paper in Microsoft Word for Office 2010-compatible format. �Please limit responses to 5 pages or less (including cover and administrative pages); 1-inch margins; and 12 point font (or larger). Response Deadline and Submissions: Responses are requested no later than�13 July 2020 at 5:00 PM EST.� Responses shall be submitted via e-mail only to roy.williams@navy.mil, with a CC to valeria.giberti@navy.mil. Proprietary information, if any, must be clearly marked. �The subject line of the email should read ""JCREW I1B1 Program Request for Information"". �To aid the Government in its review and evaluation, please segregate proprietary information. �Please be advised that all submissions become Government property and will not be returned. �It should be noted that telephone replies will not be accepted. DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. �This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. �Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. �Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. �The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. �Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. �Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. �Respondents will not be notified of the results of this notice. �The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. �Submissions will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f9ca24ba54042918d01dddb1bf836ff/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05708824-F 20200702/200630230149 (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.