Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2024 SAM #8403
SOURCES SOUGHT

A -- Air Traffic Control & Landing Systems Division Navy Precision Approach and Landing Systems Basic Ordering Agreement

Notice Date
11/27/2024 11:43:30 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-24-RFPREQ-4K0000T-1294
 
Response Due
12/12/2024 11:00:00 AM
 
Archive Date
12/27/2024
 
Point of Contact
Melissa Pohler, Phone: 2405610494, Jennifer Lundburg
 
E-Mail Address
melissa.a.pohler.civ@us.navy.mil, jennifer.l.lundburg.civ@us.navy.mil
(melissa.a.pohler.civ@us.navy.mil, jennifer.l.lundburg.civ@us.navy.mil)
 
Description
INTRODUCTION The Naval Air Warfare Center Aircraft Division � Webster Outlying Field (NAWCAD WOLF) is seeking information regarding the capabilities of potential sources for hardware, engineering services, and technical services including fabricating, retrofitting, upgrading, investigating, developing, designing, evaluating, validating, improving, repairing, restoring, modifying, replacing, and packaging in support of Navy Precision Approach and Landing Systems (PALS). The intention of this sources sought is for market research purposes pursuant to Federal Acquisition Regulation (FAR) Part 10. Responses to this sources sought will be utilized to determine the government�s acquisition strategy. 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. PROGRAM BACKGROUND This requirement is a follow on to contract N00421-20-G-0006 for the Collins Aerospace Government Systems Original Equipment Manufacturer (OEM) support on PALS components. This requirement extends the performance for NAWCAD WOLF to continue In Precision Approach and Landing Systems (PALS). The attached draft SOW provides additional information about the required tasking. The contract type anticipated for this requirement is a single-award, basic ordering agreement contract for supplies and services with firm-fixed-price and cost-plus-fixed-fee task orders. Task Order award is currently anticipated to occur in September of 2025. REQUIRED CAPABILITIES These efforts will include the services and supplies associated with the fabrication, modification, repair and replacement of specified components, assemblies and associated hardware required to support Navy Precision Approach and Landing Systems (PALS), Joint Precision Approach and Landing Systems (JPALS), Automated Aerial Refueling (AAR), Unmanned Combat Aerial Systems (UCASS), Unmanned Carrier-Launched Airborne Surveillance and Strike (UCLASS), and Rockwell Collins navigation and communication equipment. These requirements will also entail engineering, upgrades, restoration, maintenance, and fleet support activities to return the system to a level of serviceability comparable to a new system and/or meet new requirements. This effort shall include previously produced and delivered navigation and communication systems and equipment comprised of fault isolation, assembly, disassembly, and refurbishment of parts, components, assemblies, and material associated with the navigation and communication systems. In addition, technical and engineering support for the systems Fleet Support Team (FST) and the In Service Engineering Activity (ISEA) will be required to assist them in their efforts to support Department of Defense (DoD) utilizing the navigation and communication systems. ELIGIBILITY The applicable North American Industry Classification (NAICS) code for this requirement is 541330, Exception A - Military and Aerospace Equipment and Military Weapons. The product service code (PSC) is AC33. SUBMISSION DETAILS Interested vendors should submit their capabilities statement in a document of no more than four (4) pages containing no smaller than ten-point font. This document shall demonstrate the capability to meet the required capabilities noted in this posting, including specifically addressing each of the capabilities in items a-e above. Additionally, all responses shall include Company Name, CAGE Code, Address, Business Size, and Points-of-Contact (POCs) including name, phone number, fax number and mailing address. All responses to this sources sought shall be submitted electronically to Melissa A. Pohler, melissa.a.pohler.civ@us.navy.mil by 12 December 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fef954dc766c4d118e4096f8273b669b/view)
 
Place of Performance
Address: Patuxent River, MD, USA
Country: USA
 
Record
SN07277417-F 20241129/241127230109 (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.