Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SPECIAL NOTICE

L -- REQUEST FOR INFORMATION / SOURCES SOUGHT - OCONUS/CONUS FIELD SERVICE REPRESENTATIVE (FSR) SUPPORT - 18SNB43_spec note_att

Notice Date
1/11/2018
 
Notice Type
Special Notice
 
NAICS
#541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016418SNB43
 
Archive Date
2/15/2018
 
Point of Contact
Jeannie Cummins, , Teresa Brough,
 
E-Mail Address
jeannie.cummins@navy.mil, teresa.brough@navy.mil
(jeannie.cummins@navy.mil, teresa.brough@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
18SNB43_spec note_att N00164-18-S-NB43 - REQUEST FOR INFORMATION / SOURCES SOUGHT - OCONUS/CONUS FIELD SERVICE REPRESENTATIVE (FSR) SUPPORT - FSC L016 - NAICS 541990 Issue Date: 11 JAN 18 - Closing Date: 31 JAN 18 - 2:00 PM EDT Naval Surface Warfare Center Crane (NSWC Crane) has a requirement for contractor support services to provide Field Service Representative (FSR) for Electro-Optic/Infrared (EO/IR) technology in support of Operation Enduring Freedom, Operation Inherent Resolve and missions in Africa Command (AFRICOM) and other areas of operation as they become known. Systems currently being supported are the Common Sensor Payload (CSP) and the Sky Warrior Multi-spectral Targeting Systems (MTS). The FSR will support the aircraft repairs and sustainment of sensors utilized on the US Army Gray Eagle and Sky Warrior MQ-1 Unmanned Aerial Vehicles (UAV) as well as other platforms as they become known. The Naval Surface Warfare Center, Crane Division Contracting Department, Crane, IN is seeking potential small business sources that can provide the following support primarily in the areas of Multi-spectral Targeting system (MTS) Family of Systems to include Common Sensor Payload System (CSP), Sky Warrior and other EO/IR sensors as required : • CONUS & OCONUS Field Service Representative (FSR) o FSR will provide maintenance and support services for the MTS Sensors and associated equipment to include Turret Units, Hand Controller Units and Electronics Units. • Support that ensures a timely delivery of the FSR and FSR maintenance data collection • Status reporting on FSR monthly (to include eCRAFT) • FSR Master Deployment Schedule • FSR Kits • FSR Maintenance Support • FSR Pre/Post-Deployment Requirements • Coordinate with the Government for equipment maintenance training for CSP and other systems as required This procurement is anticipated to be a Non-Commercial Firm Fixed-Price (FFP), Five-year, Indefinite Delivery Indefinite Quantity (IDIQ) supply contract or a SeaPort-e Task Order if determined appropriate. The estimated contract minimum is 10 units. The estimated contract max is $53 million. The draft SOW, estimated level of effort and draft section "B" are being provided with the issuance of the synopsis. Interested small businesses should submit a capabilities statement package of no more than fifteen, 8.5" x 11" pages (font no smaller than 10 point), excluding a cover sheet demonstrating ability to perform the services outlined in the SOW. All businesses may submit questions and comments regarding the attached draft requirements definition documents. There is no page limit for questions/comments on the draft documents. All requirements for responses to the sources sought submission are detailed in the attached Sources Sought Request. Proprietary Information: Submitters are responsible for clearly identifying proprietary information. Submissions containing proprietary information must have the cover page and each page containing such information clearly marked with such a label as "Proprietary" or "Company Proprietary". Submitters are responsible for clearly and appropriately marking information that is restricted by the Arms Export Control Act (Title 22, U.S. C. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S. C., App. 2401 et seq. Submissions containing ITAR/EAR restricted information must have the cover page and each page containing such information clearly marked. The Government will NOT provide funding to the interested party or Submitter in response to this notice. The Government will not pay for any costs incurred in preparing a response to this sources sought. This notice is issued solely for information and planning purposes and does not constitute a request for proposals (RFP) or obligation to issue a future RFP. Responses in any form are not offers, and this notice does not commit the government to contract for any supplies or services. Submissions in response to this notice do not imply nor guarantee award of, or for, any potential future acquisition. Interested parties are responsible for monitoring the FedBizOps site and the SeaPort portal for additional information pertaining to this notice. If the procurement is not issued as a SeaPort-e Task Order RFP, the solicitation will be posted as N00164-18-R-JQ32 to the FedBizOpps website at http://www.fbo.gov on or about 07 March 2018. To be eligible for award, contractors must be properly registered in the System for Award Management (SAM), VETS 4212 and the Joint Certification Program (JCP) in order to receive any controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Information on VETS is available at https://bol.gov. All responses shall include Company Name, Company Address, and Company Business Size, Company Cage Code, and Points-of-Contact information including name, phone number, and e-mail address. Responses to this SS/AN shall be submitted electronically by email to Jeannie Cummins, Contract Specialist, at jeannie.cummins@navy.mil and Teresa Brough, Contracting Officer, at teresa.brough@navy.mil. Responses shall be received no later than 1600 Eastern Standard Time on 31 January 2018. Classified material SHALL NOT be submitted. Submissions shall reference tracking number JXQ-18-1467. All questions shall be submitted via e-mail to the Contract Specialist or the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB43/listing.html)
 
Record
SN04788137-W 20180113/180111231517-f5bde1814371d9cf2861eefb09fcfcea (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.