Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2020 SAM #6860
SOURCES SOUGHT

70 -- Software Development

Notice Date
9/8/2020 3:53:46 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893619R0053
 
Response Due
9/23/2020 3:00:00 PM
 
Archive Date
10/11/2020
 
Point of Contact
John Faria, Phone: 7609393728, Fax: 7609395694
 
E-Mail Address
john.faria@navy.mil
(john.faria@navy.mil)
 
Description
The Naval Air Warfare Center, Weapons Division intends to award a contract to Stauder Technologies for the development and delivery of upgrades to the proprietary software Joint Effects and Coordination Link (JECL) and mobileJECL for the purposes of connecting Digital Imagery Exploitation Engine (DIEE) and the Kinetic Integrated Lightweight Software Individual Tactical combat Handheld (KILSWITCH) applications with customers� requirements for different messaging formats.� Included will be support services for JECL and mobileJECL executable services and mobileJECL Android-Precision Assault Strike Suite (A-PASS) Plugin executable and source code, updated as necessary to encompass customer requirements.� DIEE and KILSWITCH will not interact with all customer messaging formats without the use of JECL or mobileJECL and each message format may require modification to ensure proper interaction.� Local and/or remote testing at China Lake, CA (or another approved facility) may be required. (1) INTRODUCTION AND PURPOSE:� The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 541511 for Computer Systems Design Services. (2) PROGRAM DESCRIPTION:� --- The Warfare Systems Development and Integration Division within the Software and Mission Systems Integration Department of the Naval Air Warfare Center Weapons Division (NAWCWD) includes the Weapons Engagement Office (WEO) that supports the Digital Precision Strike Suite (DPSS) Program.� DPSS provides a unique collection of technologies that increase the success of first-pass attacks utilizing smart weapons, integrating high-resolution ground imagery, synthetic aperture radar data, forward-looking infrared and specialized algorithms to provide precise guided munitions.� (3) REQUIRED CAPABILITIES: This notice of intent is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response to be received at the contracting office no later than 15 days after the date of publication of this notice, clearly showing its ability to do so without causing programmatic hardship or duplication of cost to the Government. Responses to this sources sought shall be submitted to the contracting office and reference solicitation number N68936-19-R-0053 �All responsible sources may submit a capability statement, which shall be considered by the agency. Responses and requests shall be submitted by email to john.faria@navy.mil or to Commander, Code 254100D (J. FARIA), NAVAIR WD, 1 Administration Circle, Bldg. 2334, STOP 1303, China Lake, CA 93555-6100. (4) CONTRACT TYPE: The Naval Air Systems Command, Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure, on an other than full and open competition basis under the authority of FAR 6.302, only one responsible source and no other supplies or services will satisfy agency need an IDIQ FFP contract. (5) SPECIAL REQUIREMENTS: N/A (6) ADDITIONAL INFORMATION: N/A (7) CONTRACTOR RESPONSE:�� Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency.� The written response shall reference solicitation number N68936-19-R-0053�� �and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a)��� A reference to the solicitation number N68936-19-R-0053 and brief title of this announcement; b)��� Company name and address; c)��� Company's point of contact name, phone, fax, and e-mail; 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 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above.� 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; and 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.� An opportunity for a site visit will be offered after the solicitation is issued.�� �Yes���� �No Vendors should appropriately mark any data that is proprietary or has restricted data rights.� Responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 5 days from this notice date. 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI.� See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2320f54aa62d4f6c97203ba4affbbf49/view)
 
Place of Performance
Address: Varies, USA
Country: USA
 
Record
SN05790385-F 20200910/200908230157 (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.