SOURCES SOUGHT
14 -- Engineering Support Services For Advanced Technology Insertion and Integration for Weapon Systems Developed by Kongsberg Defence & Aerospace
- Notice Date
- 5/8/2024 3:55:59 PM
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893624R0023
- Response Due
- 5/28/2024 10:00:00 AM
- Archive Date
- 05/08/2025
- Point of Contact
- Aretha Jones, Phone: 7607933747, Christopher N. Bigelow, Phone: 7603014847
- E-Mail Address
-
aretha.y.jones.civ@us.navy.mil, christopher.n.bigelow.civ@us.navy.mil
(aretha.y.jones.civ@us.navy.mil, christopher.n.bigelow.civ@us.navy.mil)
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWD) China Lake intends to procure, on a sole source basis in accordance with FAR 6.302-1 from Kongsberg Defence & Aerospace Weapon Systems (KDA), support in design, development, testing, documentation, engineering advisement, and Subject Matter Expert (SME) services, studies, and technology demonstrations to support the Naval Air Systems Command (NAVAIR) Surface to Surface Missile Technical Project Office (SSM-TPO) in its RDT&E efforts to ensure battlespace dominance utilizing systems in development or developed by KDA.� Currently, these systems include the Naval Strike Missile (NSM) and Joint Strike Missile (JSM).� The specific types of services and engineering activities to be procured are: a. Research and analysis activities that will focus on the advancement and improvement of KDA weapon systems. b. Systems and software engineering activities in the development, integration, testing, and fielding of prototype KDA weapon systems. c. Modeling and Simulation activities utilizing the Operational Flight Programs and Integrated Flight Simulations for KDA weapon systems. d. SME in engineering and analyzing activities to recommend and justify improvements to design, configuration, materials, and/or construction as well as one-on-one or group support virtually or in-person training for SSM-TPO personnel to learn strategies and processes for modeling and simulation, software development and interfacing, CONOPS and tactics development, and other subjects for effective integration of KDA weapon systems into SSM-TPO supported systems. For specific requirements, see the attached DRAFT Statement of Work.� The award is anticipated to be Level-of-Effort of 34,740 hours to be expended over a five-year period. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than the due date contained in this notice, which shall be considered by the agency.� The written response shall reference the solicitation number contained in this notice and 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. All interested sources shall submit the following information in a capabilities statement package not to exceed 5 written pages (single-sided 8.5-11-inch pages), in files readable by Adobe Reader 10 or Microsoft Word 2007, with no font small than 10 point demonstrating ability to perform the specific requirements discussed above. This documentation must address, at a minimum, the following: 1. Company details including: Company Name, Cage Code, DUNS Number, company Address,��� Company Business Size, Technical and Management Points of Contact: names, phone numbers, and e-mail addresses. 2. Prior/Current corporate experience performing efforts of similar scope within the last 10 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 e-mail address, a brief description of how the contract referenced relates to the services described herein. 3. A capability statement that addresses the ability to meet the requirements defined above as well as completing the attached Capabilities Questionnaire (Attachment 1). �The capability statement shall delineate between the distinct fields of work included in the scope and describe whether the company can fulfill all and or some of the requirements. �The Government may elect to request additional information from any company who fully responds to the questionnaire. Contractors must demonstrate the technical capability to fully accomplish all of the requirements in the SOW and the Capability Statement Questions. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code�s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program:� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/85a58695311244f189ca638d0ab72f40/view)
- Record
- SN07057776-F 20240510/240508230051 (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 |