Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2020 SAM #6790
SOURCES SOUGHT

K -- AN/SPN-35/46 Precision Approach and Landing System (PALS) and Unmanned Aerial Vehicle (UAV) Common Automatic Recovery Systems (UCARS)

Notice Date
6/30/2020 3:13:39 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421PAXCJAN6833519R0039
 
Response Due
7/15/2020 11:00:00 AM
 
Archive Date
07/30/2020
 
Point of Contact
Megan N. Lyon, Phone: 3017570718, Christopher Pennini
 
E-Mail Address
megan.n.lyon@navy.mil, christopher.pennini@navy.mil
(megan.n.lyon@navy.mil, christopher.pennini@navy.mil)
 
Description
INTRODUCTION The Naval Air Warfare Center Aircraft Division � Webster Outlying Field (NAWCAD WOLF) is seeking information regarding the capabilities of potential sources for AN/SPN-35/46 Precision Approach and Landing System (PALS) and Unmanned Aerial Vehicle (UAV) Common Automatic Recovery Systems (UCARS) and their associated equipment maintenance and upgrade. The PALS provides US Carriers with the ability to automatically land F/A-18 aircraft. The UCARS is used for the land-based and shipboard landing of the FireScout UAV. The intention of this sources sought is for market research purposes pursuant to Federal Acquisition Regulation (FAR) Part 10. Responses to this sources sought will be utilized to determine the government�s acquisition strategy.� 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. PROGRAM BACKGROUND This requirement is a follow on to contract N00421-15-G-0001 for the Sierra Nevada Corporation (SNC) Original Equipment Manufacturer (OEM) support on PALS and UCARS components. �This requirement extends the performance for NAWCAD WOLF to continue In Service Engineering Activities (ISEA). The primary products to be acquired are AN/SPN-35/46 PALS and UCARS and associated equipment. The primary services to be acquired are overhaul, repair, design, and fabrication of SNC OEM components. These efforts are required to ensure Fleet operability requirements are met. SNC is the OEM of the UCARS and several PALS components. The contract type anticipated for this requirement is a single-award, basic ordering agreement contract for supplies and services with firm-fixed-price and cost-plus-fixed-fee task orders. Task Order award is currently anticipated to occur in October of 2020.� REQUIRED CAPABILITIES To be considered capable, a Contractor must: Possess PALS and UCARS manufacturing knowledge, data, and assembly jigs. Demonstrate evidence of providing software development and maintenance for PALS and UCARS products. Provide PALS and UCARS logistics documentation in support of system operability and maintenance. Provide technical consulting on customer developed code segments within the PALS products for a wide variety of modeling, simulation, and analysis requirements for military systems, performance, and environments. Provide tool set development for advanced modeling, simulation, and analysis of new PALS and UCARS components. ELIGIBILITY The applicable North American Industry Classification (NAICS) code for this requirement is 334511 � �Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The product service code (PSC) is K017.� SUBMISSION DETAILS Interested vendors should submit their capabilities statement in a document of no more than four (4) pages containing no smaller than ten-point font. This document shall demonstrate the capability to meet the required capabilities noted in this posting, including specifically addressing each of the capabilities in items a-e above. Additionally, all responses shall include Company Name, CAGE Code, Address, Business Size, and Points-of-Contact (POCs) including name, phone number, fax number and mailing address. All responses to this sources sought shall be submitted electronically to Megan N. Lyon, megan.n.lyon@navy.mil �by 15 July 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/35f373561a5c433f831a6c2eb2f3334c/view)
 
Place of Performance
Address: Saint Inigoes, MD 20684, USA
Zip Code: 20684
Country: USA
 
Record
SN05708767-F 20200702/200630230149 (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.