Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2019 FBO #6375
SOURCES SOUGHT

10 -- SPY-1 Radar and MK-99 Fire Control System Support Services

Notice Date
5/6/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
4363 Missile Way Port Hueneme CA 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339419R0028
 
Response Due
5/22/2019
 
Point of Contact
Christopher T. Seto, Contract Specialist, - Michael D. Thompson, Contracting Officer
 
E-Mail Address
christopher.seto@navy.mil, michael.d.thompson4@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement for specialized engineering, technical and logistical support services for the SPY-1 Radar and MK-99 Fire Control Transmitter. The effort will include requirements related to engineering, weapon systems field engineering, Ordnance Alteration (ORDALT) installation, technical support and materials required for the resolution of obsolescence, reliability/maintainability issues, production/rework, testing, evaluation, and installation and life cycle support functions of the SPY-1 Radar and MK-99 Fire Control Transmitter for Foreign Military Sales (MFS) and the US Government. Responses to this sources sought will be utilized to determine if there are multiple sources capable of performing this requirement. Responses to this sources sought will further be utilized to determine if Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 541330. Interested parties shall address the following in their responses to this sources sought: 1. COMPANY INFORMATION (a) Company name, address, and CAGE code, (b) Company designated point of contact name, telephone number, and email address, (c) Company size status under the applicable NAICS (e.g. 8(a), HUBZone, Service-Disabled-Veteran-Owned, Women-Owned, Large Business, etc.) 2. CAPABILITY STATEMENT Interested parties shall submit a Capability Statement that succinctly addresses the following items to demonstrate the contractor's capability to perform the requirements of the draft SOW: (a) The contractor's ability to manage, as prime contractor, the types and magnitudes of tasking in the SOW; (b) The contractor's technical ability to perform the requirement. For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, at least 50% of the cost of the contract incurred for personnel with its own employees; (c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. (d) The contractor's ability to obtain a Secret Clearance for personnel. Demonstration of the ability to manage, technical ability, and capacity may include describing the same or similar relevant performance; however, this does not limit the interested parties' approach to demonstrate their capability. In addition to addressing the items listed above, respondents are encouraged to provide feedback and questions regarding the feasibility or challenges of performing the work described. The information contained herein is based on information available at the time of publication, is subject to revision, and is not binding upon the Government. Please submit responses or questions regarding this requirement to the Contract Specialist at christopher.seto@navy.mil with a copy to the Contracting Officer at michael.d.thompson4@navy.mil by 2:00 PM Pacific Standard Time on 22 May 2019. The Government will not compensate any respondents of this sources sought for any information received or any costs incurred in preparing information for, participating in meetings with, or engaging in discussions with the Government. This sources sought is issued for informational and planning purposes only and does not constitute an Invitation for Bids, a Request for Quotations, or a Request for Proposals, and should not be construed as a commitment by the Government to issue a formal solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this sources sought will become the property of the United States Government. Attachment 1: Draft Statement of Work (for informational use only) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339419R0028/listing.html)
 
Record
SN05302455-F 20190508/190506230019 (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.