SOURCES SOUGHT
A -- Air Weapons Systems Survivability Analysis
- Notice Date
- 5/18/2021 2:36:22 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893621R0022
- Response Due
- 6/2/2021 3:00:00 PM
- Archive Date
- 05/18/2022
- Point of Contact
- Nondus Toombs, Phone: 7607933908, John Faria, Phone: 7607933476, Fax: 7609395694
- E-Mail Address
-
nondus.toombs@navy.mil, john.faria@navy.mil
(nondus.toombs@navy.mil, john.faria@navy.mil)
- Description
- The Naval Air Warfare Center, Weapons Division, China Lake, CA, is seeking information for potential sources regarding Research Development Test and Evaluation (RDT&E) analysis with the intention of procuring the services on a competitive basis in the areas of air weapons systems survivability, lethality, test and analysis support, Modeling and Simulation (M&S), and M&S Verification, Validation, and Accreditation (VV&A) support.� Elements of contract support include R&D of the following: (1) Navy platform survivability; (2) weapon system lethality and safe escape analysis; (3) survivability simulations; (4) survivability systems engineering analysis; (5) test and analysis support; and (6) the documentation inherent in the engineering or analysis process. The results of 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 your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not 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. (1) INTRODUCTION AND PURPOSE:� The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 541715 Research and Development in the Physical, Engineering, and Life Sciences (excepting Nanotechnology and Biotechnology). � (2) PROGRAM DESCRIPTION:� --- The Vulnerability Analysis Branch, Code D512400, of the of the Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Weapons Division (NAWCWD) supports the Department of Defense (DoD) Agencies by providing survivability and lethality analysis, testing and product assurance support to Integrated Product Teams (IPT�s) for Naval aviation aircraft and weapons systems operating in a non-nuclear threat environment. NAWCWD also provides cognizance over live-fire testing of air weapon systems, including fixed and rotary wing aircraft, unmanned air vehicles, and missiles and/or ordnance that are air, surface, or subsurface launched.� Also included are the integral components and subsystems of these platforms, and their operational support systems. (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 N68936-21-R-0022 �All responsible sources may submit a capability statement, which shall be considered by the agency. Responses and requests shall be submitted by email to nondus.toombs@navy.mil �or john.faria@navy.mil. (4) CONTRACT TYPE: TBD (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 N68936-21-R-0022 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 N68936-21-R-0022 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 no later than fifteen (15) 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/d26e4b69cef24e0b9873bc36bbd3d84b/view)
- Record
- SN06006169-F 20210520/210518230120 (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 |