Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2025 SAM #8453
SOURCES SOUGHT

59 -- Avionics Test Set Cable Assemblies

Notice Date
1/16/2025 7:49:48 AM
 
Notice Type
Sources Sought
 
NAICS
332710 — Machine Shops
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893625R0016
 
Response Due
2/6/2025 12:00:00 PM
 
Archive Date
02/28/2025
 
Point of Contact
Geralyn Castro, Phone: 7606084191, Bretton A West, Phone: 7607933494
 
E-Mail Address
geralynmarie.p.castro.civ@us.navy.mil, bretton.a.west.civ@us.navy.mil
(geralynmarie.p.castro.civ@us.navy.mil, bretton.a.west.civ@us.navy.mil)
 
Description
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE. 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. OBJECTIVE: MARKET SURVEY- Request for Information (RFI): The Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, CA issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement. This Sources Sought Notice focuses on identifying capabilities in the marketplace and resources to support this requirement, as well as obtaining related technical information for the procurement of the products listed in the Statement of Work (SOW). Both large and small businesses are requested to respond to this RFI. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 332710 Machine Shops with a Small Business Size Standard 500 Employees. The Product Service Code (PSC) is 5995 Cable, Cord, and Wire Assemblies: Communication Equipment. PROGRAM BACKGROUND & REQUIREMENT: The Naval Air Warfare Center Weapons Division (NAWCWD) Point Mugu Code E522500 has a requirement for Avionics Test Set Cable Assemblies as specified in the SOW. A draft SOW, draft Contract Data Requirements List (CDRL), and applicable drawings are attached for review. This requirement is anticipated to be performed under a single standalone contract and is similar to the manufacturing and production requirements of N6893622D0013, an Indefinite Delivery Indefinite Quantity contract with firm-fixed-price type task orders. The incumbent of N6893622D0013 is General Dynamics Information Technology, Inc. RESPONSES: Any company believing it can fulfill the requirement identified in the SOW, CDRL, and applicable drawings may submit a written response, which the Government will consider. The written response shall reference the notice identifier number �N6893625R0016� and provide a capabilities statement package addressing, at a minimum, the following items: Company Name, Address, CAGE Code, UEI; Company Point of Contact name, phone, email, and website URL; Declaration as to whether a U.S. or foreign company; Business size (Small or Large according to the identified NAICS and size standard); Tailored information describing company capabilities, resources, experience that demonstrate an ability to provide the items described in the SOW; A list of previous requirements provided, similar to the requirement described in this posting; Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners; Any other specific and pertinent information or feedback, including feasibility or challenges, as it pertains to this particular area of procurement. The information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. The Government will evaluate market information to ascertain potential market capacity to: Provide items consistent with those described in this notice and otherwise anticipated; Based on the responses to this Sources Sought Notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition. RESPONSE SUBMISSION DETAILS: Interested parties who consider themselves qualified to provide the required items should respond to this Sources Sought Notice. Responses are required to be received no later than the response date specified in this posting. Interested parties are requested to submit a capabilities statement package addressing the information specified above (not to exceed five (5) written pages, single-sided, 8.5 x 11 inch pages), in files readable by Adobe Reader DC or Microsoft Word 2016, with no font smaller than ten (10) point. 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. All responses to this Sources Sought Notice shall be electronically submitted to Geralyn Castro in either Microsoft Word or Portable Document Format (PDF) via email at geralynmarie.p.castro.civ@us.navy.mil. Note: large files (> 5MB) may not be receivable due to the Navy Marine Corps Intranet (NMCI) security. Telephone inquiries will not be accepted or acknowledged. All questions must be submitted via email to the Contract Specialist, Geralyn Castro, at the email shown above with the notice identifier number in the email subject line. Any information or materials provided in response to this notice will not be returned. Following the date of response submission, the Government may contact respondents to seek clarification of submitted information. The Government WILL NOT PAY for any information received in response to the Sources Sought Notice nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any cost incurred by interested companies in response to this announcement are NOT considered allowable direct charges to other contracts or tasking. Proprietary and Limited Distribution: Proprietary information and trade secrets, if any, must be clearly marked on all materials. It is incumbent upon parties providing responses to this Sources Sought Notice to identify all data contained within that is proprietary or has limited distribution requirements. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. 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 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/50697de9f6a74698abfcfe8a678d75a8/view)
 
Record
SN07316020-F 20250118/250116230108 (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.