Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2022 SAM #7525
SOURCES SOUGHT

L -- Airborne Weapons Systems

Notice Date
7/6/2022 12:47:12 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
N6893622R0035
 
Response Due
7/27/2022 12:00:00 PM
 
Archive Date
10/27/2022
 
Point of Contact
Madelene Perez, Phone: 7607934280, Erin K Strand, Phone: 7607934330
 
E-Mail Address
madelene.j.perez.civ@us.navy.mil, erin.k.strand.civ@us.navy.mil
(madelene.j.perez.civ@us.navy.mil, erin.k.strand.civ@us.navy.mil)
 
Description
(1) INTRODUCTION AND PURPOSE: The Naval Air Warfare Center Weapons Division (NAWCWD) is seeking information regarding Weapons Technical Representative Services for Airborne Weapons Systems. The purpose of this sources sought is to conduct market research to determine if responsible sources exist, to determine 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 541330, Engineering Services. 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. The results of the sources sought may also be used to determine if any Small Business Set-Aside opportunities exist. 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: This effort is to provide on-site and on-call technical and logistics services to Navy and Marine Corps personnel related to analysis and recommendations for changes and improvements to airborne weapons systems installation, operation, modification, maintenance, training, and failure mode analysis for conventional weapons systems and equipment ashore and afloat. The Product Service Code is L010 Technical Representation Services: Weapons. Currently 18 weapons systems are supported. The most common include: Aircraft Armament Equipment (AAE), Sidewinder 9X, Long Range Anti-Ship Missile (LRASM), and Joint Direct Attack Munition (JDAM). In addition, the effort includes evaluation and demonstrations to ensure facilities aboard ships can safely and efficiently accommodate a new or modified weapon system to prevent loss of life and minimize risk of damage to equipment, aircraft, ships, and facilities. Testing, identification, and documentation of weapon system discrepancies and deficiencies, and logistical data management support associated with these efforts are included. The Government will provide the contractor with operational requirements as far in advance as practical, including mission details, status, test, and training requirements prior to scheduled operations. Due to variances in operational tempos, there may be incidents of critical requirements that cannot be predicted and must be addressed immediately. (3) REQUIRED CAPABILITIES: Key requirements are outlined in the Statement of Work (Attachment 1). (4) PLACE OF PERFORMANCE: China Lake, CA (5) CONTRACT TYPE: The Government is contemplating awarding a Cost Plus Fixed Fee (CPFF), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. (6) SPECIAL REQUIREMENTS: N/A (7) ADDITIONAL INFORMATION: N/A (8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a response to the Contract Specialist, via e-mail to madelene.j.perez.civ@us.navy.mil. The response shall be considered by the agency. 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) Company name and address; b) Company's point of contact name, phone, fax, and e-mail; c) Declaration as to whether a U.S. or foreign company; d) Company size (Small or Large according to the identified NAICS and size standard identified); e) 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; f) 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; g) 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; h) 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 i) 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. Vendors should appropriately mark any data that is proprietary or has restricted data rights. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/.� Responses shall be submitted by e-mail to the point(s) of contact listed above no later than 21 days from the date of this notice. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO.� See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number.� Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration.� Additionally, Effective June 29, 2018, all non-Federal entities who create or update their registration in SAM.gov, have a notarized letter on file within 30 days of registration.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an ""Active"" status as the government cannot award to an entity without an ""Active"" SAM registration.� More information can be found at www.gsa.gov/samupdate. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33db2b4ceb294cc5b37e402184f1e63e/view)
 
Record
SN06380230-F 20220708/220706230107 (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.