Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2023 SAM #8013
SOURCES SOUGHT

66 -- Sources Sought for Airborne Instrumentation Modular Data Recorder (MDR) system hardware and associated repair services

Notice Date
11/3/2023 5:17:24 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-23-RFPREQ-52970MA-0025
 
Response Due
11/20/2023 12:00:00 PM
 
Archive Date
12/05/2023
 
Point of Contact
Marilyn Retzler, Phone: 2405384736, Shannon Canada
 
E-Mail Address
marilyn.m.retzler.civ@us.navy.mil, shannon.m.canada.civ@us.navy.mil
(marilyn.m.retzler.civ@us.navy.mil, shannon.m.canada.civ@us.navy.mil)
 
Description
The responses to this Sources Sought will be utilized to determine if any competitive opportunities exist for the requirement described herein.� All submissions will be considered.� In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. A Pre-solicitation Notice with regards to this requirement will be released on the SAM.gov website.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 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. INTRODUCTION The Naval Air Warfare Center - Aircraft Division (Procurement Group) at Patuxent River, MD announces its intention to procure, on a sole-source IDIQ basis, Airborne Instrumentation Modular Data Recorder (MDR) system hardware and associated repair services in support of the Naval Air Warfare Center Aircraft Division (NAWCAD) Special Flight Test Instrumentation Pool (SFTIP) under the Prototyping Instrumentation and Experimentation (PIE) Department, Airborne Instrumentation Division (AID). THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible small business firms capable of providing the hardware 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 synopsis. ELIGIBILITY The PSC for this requirement is 6610; the NAICS is 334511 with a size standard of 1,350 employees. All interested businesses are encouraged to respond.� Specifically, the Government is evaluating the possibility of establishing this requirement as a competitive procurement.� ANTICIPATED PERIOD OF PERFORMANCE The anticipated ordering period is of 1 September 2024 to 1 September 2029 (5 yrs.). ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Indefinite Delivery, Indefinite Quantity (IDIQ) with Fixed Priced Delivery Orders. This hardware shall be utilized on site at the Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River MD, on multiple Navy & Marine Corps flight test programs. REQUIREMENTS The equipment being procured must be form fit function compatible (electrically & mechanically) with existing MDR hardware from the SAFRAN corporation (formerly Zodiac/Heim). The existing equipment installed on the aircraft is of modular design so one hardware chassis must be capable of supporting multiple different signal type modules as drop in replacements. The system must be configurable using SAFRAN D4RECORDER Software. See attached SOW for details. For additional information, see attached Statement of Work. SUBMITTAL INFORMATION In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance.� Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business's General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. The successful awardee will also be required to have a Government approved accounting system upon contract award. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the hardware listed in the attached Statement of Work.� This documentation must address, at a minimum, the following:�� 1.�������� Title of the requirement you are applying to; 2.�������� Company profile to include number of employees, annual revenue history, office location(s), Unique Entity ID number, and a statement regarding current small/large business status; 3.�������� Examples of prior contracts, by contract number, where the required hardware and support services have been provided. Also, for each contract, provide contract values, Government point of contact with current email address and telephone number, and a brief description of how the referenced contract relates the requirements in the SOW.� 4.�������� An explanation showing how the proposed hardware meets the requirements of the SOW and compatibility requirements described above. 5.�������� Is the proposed hardware commercially available?� If so, provide the commercial catalog showing the proposed hardware. 6.�������� Prior/current corporate experience performing efforts of similar size and scope within the last five 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 software described herein. The capability statement package shall be sent by email to Marilyn Retzler at marilyn.m.retzler.civ@us.navy.mil . Submissions must be received by email no later than 3:00 p.m. Eastern Standard Time on 20 November 2023.� Questions or comments regarding this notice may be addressed to Marilyn Retzler via email at marilyn.m.retzler.civ@us.navy.mil . All responses must include the following information:� Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e7d5b2d60bd442cb054028057359038/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06876126-F 20231105/231103230055 (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.