SOURCES SOUGHT
58 -- Range Instrumentation IDIQ
- Notice Date
- 11/27/2024 2:57:05 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893625R0004
- Response Due
- 12/13/2024 5:00:00 PM
- Archive Date
- 12/13/2025
- Point of Contact
- Christopher Purvis, Phone: 7607932639, Christopher N. Bigelow, Phone: 7603014847
- E-Mail Address
-
christopher.a.purvis6.civ@us.navy.mil, christopher.n.bigelow.civ@us.navy.mil
(christopher.a.purvis6.civ@us.navy.mil, christopher.n.bigelow.civ@us.navy.mil)
- Description
- NAWCWD intends to award a new sole source contract to Collins Aerospace (CA) for the continued support of the CRIIS system, TCTS II system, P6 system, and AARI-2 system. This contract is an expansion of previous sole source contracts awarded to CA, including FA8678-10-C-0058 and FA8678-16-D-0048, which included the development of the CRIIS system, the integration of the CRIIS system into F-22 aircraft, and the implementation of new secure encryption algorithms. This new potential contract will provide continued development of the Collins proprietary GPS related system software and hardware. Systems include Common Range Integrated Instrumentation System (CRIIS), Tactical Combat Training System (TCTS II), P6, Air-to-Air Range Infrastructure 2nd Generation (AARI-2), and other advanced systems. Tasking under this potential contract will provide for development of the CRIIS, TCTS II, P6 and AARI-2 systems software and hardware to incorporate updates, improvements and enhancements of tactical capabilities. In addition, the contract will include the delivery of both prototype and production hardware and software for test asset systems and subsystems, replacement subsystems parts and upgraded parts for the continued development and sustainment of the GPS sensor systems family. In accordance with FAR 6.302-1(a)(2)(ii)(B), it is anticipated that award of this new contract for these products and incidental services and supplies to any other source would result in substantial duplication of cost to the Government that cannot be expected to be recovered through competition. 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 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893625R0004 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. The solicitation or Request for Proposal (RFP) will be posted in Contract Opportunities on the SAM website at https://sam.gov/ on or about February 2025. Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government. Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date. Offers and responses to the solicitation shall be submitted using the instructions in Section L of the solicitation. If the solicitations Section L instruction to offerors state the PIEE Solicitation module will be used for electronic proposal submission, Contractors are required to register in PIEE to obtain access to the solicitation module. To register in PIEE, go to https://piee.eb.mil/, and click Register. 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/49a7b6f3b5c04475be63a8c3ce6ab58c/view)
- Record
- SN07277510-F 20241129/241127230110 (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 |