Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2023 SAM #7814
SOURCES SOUGHT

14 -- Request for Information/Sources Sought Notice for AN/DSQ-50 Repairs

Notice Date
4/18/2023 1:27:34 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-WPM208-0088
 
Response Due
5/2/2023 1:30:00 PM
 
Point of Contact
Samantha Lysaght, Kathryn G. Matisick
 
E-Mail Address
samantha.l.lysaght.civ@us.navy.mil, kathryn.g.matisick.civ@us.navy.mil
(samantha.l.lysaght.civ@us.navy.mil, kathryn.g.matisick.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) is surveying the marketplace for all interested parties, and is requesting information and comments from industry. NAVAIR Patuxent River, specifically PMA-208, is requesting vendor sources with the capability of assessing and repairing the AN/DSQ-50A Miss Distance Sensor in accordance with the Statement of Work for AN/DSQ-50A Repairs. REQUIREMENTS: This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding planned assessment and repair of the AN/DSQ-50A Miss Distance Sensor. The AN/DSQ-50 Miss Distance Sensor is the airborne element of the AN/USQ-104 RF Scalar Scoring System. Tracking data from the AN/DSQ-50A is transferred in real time to the Scoring Ground Control System, where it is captured and processed to produce scores for the user. It is a non-cooperative, scalar miss-distance indicator (MDI) system capable of providing near real-time, accurate miss-distance, time, and closing velocity data for high altitude and low altitude intercept scenarios.� It is anticipated that the U.S Government will award a five year Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract with a maximum ceiling of approximately (75) units annually for Teardown Test and Evaluation (TT&E) and maximum (10) units annually for each L-Band Major repairs, L-Band Minor repairs, S-Band Major repairs, S-Band Minor repairs. It is requested that interested parties submit technical literature/brochures on their solutions that meet the requirements as set forth in the provided Statement of Work to determine potential market capability. Any other relevant information may also be submitted for consideration to aid in refinement of this requirement and determine acquisition strategy. The Statement of Work is marked with Distribution Statement D, which is authorized for release to the Department of Defense and DoD contractors only. Please contact Ms. Samantha Lysaght, NAVAIR Contract Specialist, at samantha.l.lysaght.civ@us.navy.mil to request a copy. In order to receive a copy, all vendors must provide a current and active Cage Code to confirm their status as a U.S. Government contractor. Cage code status will be confirmed via the System for Award Management (SAM) at www.sam.gov. For assistance in registering your company, please engage the SAM helpdesk at https://fsd.gov/fsdgov/home.do. In addition, the documentation related to this requirement is export controlled. Vendors must also submit a valid, current DD Form 2345 Military Critical Technical Data Agreement.� The DD Form 2345 must be on file with the United States/Canada Joint Certification Office.� To file a DD Form 2345, please visit the DLIS website at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ or contact them at 1-800-352-3572.� This website will provide all necessary information concerning certification under the Joint Certification Program. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing assessment and repair of the AN/DSQ-50 Miss Distance Sensor described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The U.S Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. ELIGIBILITY: The PSC for this requirement is 1420; the NAICS is 334511, size standard 1,250 employees. All interested businesses are encouraged to respond. SUBMITTAL INFORMATION: It is requested that interested businesses submit a brief capability statement (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements outlined above. This documentation must address, at a minimum, the following: 1. Company Contact Information to include: Company Name, Company Address, Cage Code, Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company Profile to include: Number of employees and DUNS number; 3. Identify whether product(s) offered are procurable under a General Services Administration (GSA) contract vehicle and identify the number of that contract, along with a U.S Government POC and contact information. 4. Statement regarding capability If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in the Statement of Work. It is important to note the limitations on subcontracting, as indicated by FAR Clause 52.219-14. The capability statement package shall be sent via email to Ms. Samantha Lysaght, NAVAIR Contract Specialist, at samantha.l.lysaght.civ@us.navy.mil. Submissions must be received no later than 4:30PM Eastern Standard Time on 2 May 2023. The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. While the Navy intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The U.S Navy will not use any information provided to level your company's approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The U.S Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable U.S Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the U.S Government to solicit or award a contract. If a solicitation is released, it will be posted within the Solicitation module within the procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil/. In addition, will be posted on the System of Award Management (SAM) https://sam.gov/. It is the potential vendor's responsibility to monitor this site for the release.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/766beef63fb24a9584d8abacfb0de33e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06654912-F 20230420/230418230127 (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.