Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOURCES SOUGHT

D -- High-Speed Data Acquisition Systems - 18-Q-0337 SOW

Notice Date
8/29/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893618Q0337
 
Archive Date
9/12/2019
 
Point of Contact
William S. Glenn, Phone: (760) 939-3772, John Faria, Phone: (760) 939-3728
 
E-Mail Address
william.s.glenn@navy.mil, john.faria@navy.mil
(william.s.glenn@navy.mil, john.faria@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. The responses to this Sources Sought will be utilized to determine if any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. A Pre-Solicitation Notice with regards to this requirement will be released on the FedBizOpps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 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. INTRODUCTION The naval Air Warfare Center Weapons Division (NAWCWD) at China Lake, CA announces its intention to procure, on a sole source IDIQ basis, a supply of airborne instrumentation data acquisition system hardware and associated repair services in support of the Air Vehicle Modification and Instrumentation Department. The hardware consists for this requirement consists of solid state recorders, high speed sampling devices, signal conditioners, and power supplies that must be completely compatible, electrically and mechanically. Many of the items are direct replacement of existing parts. These modular devices come together to form complete airborne instrumentation data acquisition systems for use on various aircraft platforms. This requirement has repair services for the hardware components listed above. The hardware will need to be disassembled and evaluated. The evaluation will document the necessary repairs to return the hardware to full operational capability. This requirement has Technical Support and on-site service as part of the scope of work. The requirement has training for the hardware listed above in the scope of work. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the software described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is D320; the NAICS is 334511 with a size standard of 1,250 employees. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-Economic Set-Aside ANTICIPATED PERIOD OF PERFORMANCE It is anticipated that a contract with a five (5) year ordering period will be awarded for this effort. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be a Firm-Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ). REQUIREMENTS See attached SOW. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. The successful awardee will also be required to have a Government approved accounting system upon contract award. This hardware shall be utilized on-site at Naval Air Weapons Station China Lake, CA. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to provide the hardware and services listed in the attached SOW. This documentation must address, at a minimum, the following: 1.Title of the requirement you are applying to 2.Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3.Prior/current corporate experience performing efforts of similar size and scope within the last three years including contract number, organization support, indication of whether as prime or subcontractor, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract relates to the software described herein; 4.Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; 5.Management approach to staffing this effort with qualified personnel; 6.Statement regarding capability to obtain the required industrial security clearances for personnel; 7.Company's ability to perform at least 50% of the work; and 8.Company's ability to begin performance upon contract award. The capability statement package shall be sent by email to Billy Glenn at william.s.glenn@navy.mil. Questions or comments regarding this notice may be addressed to Billy Glenn via email. All responses must include the following information: Company Name, Company Address, Company Business Size, DUNS number, Cage Code, Tax ID, and Point of Contact (POC) name, phone number, and email address. No extensions will be granted. All capability statement packages must be received by the closing date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b68504846a525da0d8b51e6f90a754ec)
 
Record
SN05062987-W 20180831/180829231758-b68504846a525da0d8b51e6f90a754ec (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.