SOURCES SOUGHT
A -- SKYRANGE MOBILE INSTRUMENTATION SUPPORT HYPERSONIC (SMISH)
- Notice Date
- 6/22/2022 4:39:08 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893622R0038
- Response Due
- 7/13/2022 3:00:00 PM
- Archive Date
- 07/12/2023
- Point of Contact
- Matthew Minnick, Phone: 7607933232, Tara Brandt, Phone: 7607933819
- E-Mail Address
-
matthew.p.minnick.civ@us.navy.mil, tara.m.brandt.civ@us.navy.mil
(matthew.p.minnick.civ@us.navy.mil, tara.m.brandt.civ@us.navy.mil)
- Description
- Provide and support mission-ready instrumentation systems, data collection and distribution in accordance with mission test requirements, test schedules and test locations in support of hypersonic SUT test events and for technology demonstrations. This includes Range instrumentation systems such as Range Hawk and Range Reaper RangeLynx telemetry processing & decommutation systems, RangeLynx ground station processing systems, mobile telemetry processing systems, communication systems, Electrical Optical/Infrared (EO/IR), electrical power systems, and Range Safety systems. The requirement is to design, develop, build-up and operate and maintain multiple Range instrumentations systems, provide mission execution services; ensure range instrumentation systems are 100% mission ready; collect, process and distribute test data to meet customer requirements. The solicitation for capabilities statements will be posted in Contract Opportunities on the SAM website at https://sam.gov/ on or about (22 Jun 2022).�� Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.�� Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 21 days from this notice date. CONTRACTOR RESPONSE: Any contractor believing it can fulfill the requirement identified above may submit a written response which shall be considered by the Government. The written response shall reference the solicitation number and provide a capability statement that clearly indicates the contractor�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 and a brief title of this announcement; b) Contractor name and address; c) Contractor�s point of contact name, phone, fax, and e-mail; d) Declaration as to whether a U.S. or foreign contractor; e) Contractor size (Small or Large according to the identified NAICS and size standard identified); f) If the contractor is a small business, specify type(s); 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 demonstrating ability to perform the specific requirements discussed above; i) An list of previous requirements provided, similar to the requirement described in this posting; 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5be335effe5a42d18aa6075b6b10ebbd/view)
- Record
- SN06365954-F 20220624/220623060618 (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 |