Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2023 SAM #7918
SOURCES SOUGHT

R -- Aegis Design Agent Engineering Services FY25-30

Notice Date
7/31/2023 9:33:50 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N63394-23-RFPREQ-NSWCPHD-0013
 
Response Due
8/15/2023 3:00:00 PM
 
Archive Date
08/30/2023
 
Point of Contact
Eric Pham, John S Carhart, Phone: 8053300383
 
E-Mail Address
eric.w.pham.civ@us.navy.mil, john.s.carhart.civ@us.navy.mil
(eric.w.pham.civ@us.navy.mil, john.s.carhart.civ@us.navy.mil)
 
Description
This is a sources sought notice in accordance with FAR 15.201(e). Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement for Aegis Design Agent Engineering Services. The following are included in the procurement: Design Agent Field Engineering Support Services; Test and Evaluation; Engineering Change Development; Ordnance Alteration (ORDALT), Ship Alteration, and Modernization Engineering, Logistics, and Technical Support Services; ORDALT Kit Development, Integration, and Test Support; AN/SPY-1 Series Radar Antenna Refurbishment; Aegis Equipment Refurbishment and Depot Support; Multi-Mission Signal Processor and Low Noise Amplifier Support; and High Energy Laser with Integrated Optical-Dazzler and Surveillance Support. This sources sought is issued for informational and planning purposes only and does not constitute an Invitation for Bid, Request for Quote, or Request for Proposal. This sources sought notice is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this sources sought notice will become the property of the United States Government. Responses to this sources sought notice may be used to determine Small Business set-aside opportunities. All Small Business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 541330 with a Size Standard of $47.0 million. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50% of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the concern. Interested parties shall address the following in their sources sought notice submissions 1. COMPANY INFORMATION (a)�Company name, address, Unique Entity Identifier (UEI) number, and Commercial and Government Entity (CAGE) code. (b)�Company designated representative name(s) and point(s) of contact, including phone number and email address. (c)�Company size status under the applicable NAICS Code (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.). 2. CAPABILITY STATEMENT Interested parties shall submit a Capability Statement that succinctly addresses the following items to demonstrate the contractor�s capability to perform the requirements of the attached draft Statement of Work (SOW): (a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the draft SOW; (b)�The contractor's technical ability, or potential approach to achieving technical ability, to perform the requirement. For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, at least 50% of the cost of the contract incurred for manufacturing the supplies, not including the cost of materials; and (c)�The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the draft SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. 3. FEEDBACK/QUESTIONS (a) Feedback and questions regarding the feasibility or challenges to perform the work described. Sources sought responses are limited to no more than 10 pages (8.5 x 11 inch) and 12-point Times New Roman font. Please email responses or questions regarding this requirement to the Contract Specialist, Eric Pham (eric.w.pham.civ@us.navy.mil) with copy to the Contracting Officer, John Carhart (john.s.carhart.civ@us.navy.mil). NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the sources sought notice. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for any proprietary information not properly marked and clearly identified. Information provided that is identified or marked shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/217a2dec656f43ad85b87cd1c623bbe4/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN06770628-F 20230802/230731230051 (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.