Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2022 SAM #7483
SOURCES SOUGHT

J -- Pacific Target Marine Operations Maintenance, Operation, and Depot Support for Aerial and Seaborne Assets

Notice Date
5/25/2022 1:36:21 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893622R0031
 
Response Due
6/9/2022 3:00:00 PM
 
Archive Date
06/09/2023
 
Point of Contact
Markus A DePina, Phone: 7607933381, Katy J. White, Phone: 7607934394
 
E-Mail Address
markus.a.depina.civ@us.navy.mil, katy.j.white.civ@us.navy.mil
(markus.a.depina.civ@us.navy.mil, katy.j.white.civ@us.navy.mil)
 
Description
*Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code�s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: �https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. � (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 for 336411 which has a corresponding size standard of 1,500. �Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. �No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. �A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. �After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published. � (2) PROGRAM DESCRIPTION: �The Naval Air Warfare Center Weapons Division (NAWCWD) Point Mugu, Pacific Targets and Marine Operations (PTMO) Division, as part of the Threat/Target Systems Department (TTSD), has the requirement to: � a)�� �Provide threat representative targets in adaptive training environments in air, sea, and land domains; supporting worldwide live, virtual, and constructive threat presentations, b)�� �Maintain and operate both aerial and seaborne assets to include air and sea vehicles and vessels used for manned and unmanned training and test events and, c)�� �Maintain aerial and seaborne assets, and associated equipment used to execute the mission.� (3) REQUIRED CAPABILITIES: �See attached Performance Work Statement (PWS). (4) PLACE OF PERFORMANCE: �See attached Performance Work Statement (PWS). (5) CONTRACT TYPE: The Government is contemplating awarding a Cost Plus Fixed-Fee (CPFF) type contract for one (1) �base year, plus four (4) option years.� (6) 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 N6893622R0031 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 N6893622R0031 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)�� �*Provide Joint Certification Program (JCP) number; f)�� �Company size (Small or Large according to the identified NAICS and size standard identified), g)�� �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. h)�� �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, i)�� �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. � j)�� �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 k)�� �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; however, the Government is not obligated to answer all questions received. � An opportunity for a site visit will be offered after the solicitation is issued. � 1 Yes � � 0 No The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exist under NAICS Code 336411 with a small business size standard of 1,500. �All Small Business Set-Aside categories will be considered. � Vendors should appropriately mark CUI and/or proprietary and restricted data. �Any data that contains CUI shall be submitted to the Contract Specialist (CS) via encrypted email. If encrypted email is not available, the vendor shall submit an email request to the CS to send the vendor a DoD SAFE �Drop Off� link. The Government will delete, and thus will not consider, any files containing CUI or proprietary/restricted markings that are recevied without proper encryption.� Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 9 JUN 2022 3:00 p.m. PST.� CS: Markus DePina, markus.a.depina.civ@us.navy.mil PCO: Katy White, katy.j.white.civ@us.navy.mil �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/daff41023a87499a9f33746a467ddb44/view)
 
Place of Performance
Address: Point Mugu NAWC, CA, USA
Country: USA
 
Record
SN06339012-F 20220527/220526100803 (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.