Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2023 SAM #7740
SOURCES SOUGHT

R -- AN/ZPY-8 Radar Training

Notice Date
2/3/2023 7:57:35 AM
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-WPM266-0129
 
Response Due
2/20/2023 12:30:00 PM
 
Point of Contact
Breanne Jilcott, Kristina Johnson
 
E-Mail Address
breanne.n.jilcott.civ@us.navy.mil, Kristina.m.johnson79.civ@us.navy.mil
(breanne.n.jilcott.civ@us.navy.mil, Kristina.m.johnson79.civ@us.navy.mil)
 
Description
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL. �IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SUPPLIES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.� THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT.� THIS 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. INTRODUCTION The Naval Air Systems Command (NAVAIR), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), Multi-Mission Tactical Unmanned Air Systems Program (PMA-266) at Patuxent River, MD announces its intention to procure two (2) weeks of operation and maintenance training in support of the AN/ZPY-8 Radar. Location of this training shall take place Outside the Continental United States (OCONUS) in Poland after integration of the AN/ZPY-8 Radar onto the Ukrainian platform. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible firms capable of providing the service described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. BACKGROUND/REQUIREMENT The Government has a requirement to provide training on the AN/ZPY-8 Radars delivered under the Ukraine Security Assistance Initiative., ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance will be in FY23 and is anticipated to be approximately two (2) weeks OCONUS in Poland. REQUIRED CAPABILITIES The training shall be conducted OCONUS. Trainers will be required to travel to the location of the Ukrainian platform in Poland. The training shall be conducted after integration of the AN/ZPY-8 Radar onto the Ukrainian platform. The trainers shall be knowledgeable of the AN/ZPY-8 Radar system. The trainers shall provide training on the integration of the AN/ZPY-8 Radar system onto the Ukrainian platform and operation of the AN/ZPY-8 Radar system. This includes but is not limited to fundamentals of imaging, theory of operations, operation, skill development, and practical applications required to set up, checkout, operate all equipment, run diagnostics, and perform corrective action on the AN/ZPY-8 Radar system. The trainers shall provide source material in regards to the AN/ZPY-8 Radar system. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Firm Fixed Price (FFP) ELIGIBILITY The applicable NAICS code is 611430 with a Small Business Size standard of $13M. The Product Service Code (PSC) is R408.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.� SUBMITTAL INFORMATION Interested parties may submit a Capability Statement package identifying their interest and capability in response to this notice. �Only Capability Statements received on or before 20 February 2023 will be considered by the Government. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and requisite knowledge required to support the requirement.� A determination not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Capability Statements received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length on 8.5 x 11 inch paper with one-inch margins, single-spaced, Times New Roman 12-point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address, at a minimum, the following: Notice number from the beta.SAM posting to which you are responding. Company Name; Company Address; CAGE Code; and Points-of-Contact (Primary and Secondary) name, phone number, fax number, and e-mail address; Company profile to include number of employees, annual revenue history (3 or more years), office location(s), DUNS number, business size, and a statement regarding current small/large business size status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product described herein; Type of work your company has performed in the past in support of the same or similar requirement. Can or has your company managed a task of this nature? If so, please provide details. Company's ability to begin performance upon contract award without the requirement for additional negotiations or contract awards to procure rights to start performance for any resultant effort. If qualifying as a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described herein within the period of performance. All responses, including capability statements, shall be submitted no later than 20 February 2023.� Responses shall be submitted electronically to the designated Contract Specialist, Breanne Jilcott, in Microsoft Word format or Portable Document Format (PDF) at the following email address: Breanne.n.jilcott.civ@us.navy.mil. No phone calls will be accepted. The Government may contact RFI respondents in order to seek clarification of submitted information or gain additional input. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought. DOCUMENT MARKINGS It is incumbent upon sources providing responses to this Notice to accurately mark all data with all appropriate data rights, distribution and classification markings. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Interested sources are advised that the employees of commercial firms under contract to the Government will serve as technical reviewers of information provided in response to this Sources Sought.� By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary information) to employees of the organizations listed below. All employees of the organizations identified that will have access to RFI response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data.� KBR, Lexington Park, MD MAGAERO, Lexington Park, MD Beyond the above commercial firm, the Government will not release any data� received in response to this RFI, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6762f699ff644798a603ad11391837bd/view)
 
Place of Performance
Address: POL
Country: POL
 
Record
SN06582463-F 20230205/230203230109 (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.