Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2025 SAM #8500
SOURCES SOUGHT

59 -- Steerable Antenna Systems (SAS)

Notice Date
3/4/2025 2:56:24 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893625R0019
 
Response Due
3/19/2025 2:00:00 PM
 
Archive Date
09/30/2025
 
Point of Contact
Ashley Bruce, Phone: 760-793-4315, Brian Gillead, Phone: 7609772174
 
E-Mail Address
ashley.c.bruce2.civ@us.navy.mil, larry.b.gillead.civ@us.navy.mil
(ashley.c.bruce2.civ@us.navy.mil, larry.b.gillead.civ@us.navy.mil)
 
Description
1.0 INTRODUCTION a. The Naval Air Systems Command, Weapons Division, China Lake, CA is seeking information for potential sources for the procurement of 8 types of Steerable Antenna Systems (SAS) Production Units, First Article Testing, Teardown and Evaluations, Repair Services and Modification Services. b. This Market Research tool is being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. c. The following documents are attached to this Sources Sought Notice: N6893625R0019 SAS Performance Based Statement of Work (PBSOW) N6893625R0019 SAS Specifications N6893625R0019 SAS Drawings d. The following dates are anticipated time frames associated with this requirement: Estimated RFP Release: May 2025 Estimated Award Date: September 2025 e. Primary Work Location/Place of Performance: Contractor Site f. Virtual Question & Answer (Q&A) Session: The Government intends, at its sole discretion, to host a virtual Q&A session with vendors it determines to be capable based on responses to this Sources Sought Notice. The objective of the Q&A is session is providing clarification on the scope of work and address vendor questions regarding capability requirements. The Government will notify selected vendors with participation details if a Q&A session is scheduled. 2.0 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. 3.0 SPECIAL REQUIREMENTS Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information associated with this Sources Sought. 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). Request for access must come directly from the approved company Data Custodian POC all other requests will be automatically denied. 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/. 4.0 ELIGIBILITY Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting (DEVIATION 2021-O0008) requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008 at https://www.acq.osd.mil/dpap/dars/class_deviations.html). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government�s capability determination. 5.0 SUBMISSION DETAILS a. Interested parties shall submit a document outlining their capabilities in meeting the requirements as outlined in this Sources Sought Notice and associated attachment(s). b. Interested parties shall adhere to the following instructions for the submittal of their capabilities statements: 1. Page Limit and Format: No more than ten 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. 2. Delivery: Email Submission to the Contract Specialist, Ashley Bruce, at ashley.c.bruce2.civ@us.navy.mil 3. No classified information shall be submitted in response to this Sources Sought. 4. No phone calls will be accepted. 5. All questions must be submitted via email to the Contract Specialist, Ashley Bruce, at ashley.c.bruce2.civ@us.navy.mil. 6. All responses shall: a. include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including name(s), phone number(s), and email address(es); b. demonstrate ability to perform the specific requirement; c. include an outline of previous projects related to the program description and identify specific work previously performed or currently being performed related to the program description; and d. provide any other specific and pertinent information as it pertains to this particular procurement that would enhance the Government�s consideration and evaluation of the information submitted. 7. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. 8. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bb40026bf59d48c6acb38fbbeb419c70/view)
 
Record
SN07360921-F 20250306/250304230050 (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.