Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2020 SAM #6957
SOURCES SOUGHT

59 -- Very-Low Frequency (VLF) communications system.

Notice Date
12/14/2020 7:48:24 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-21-NORFP-PMA-271-0123
 
Response Due
12/29/2020 12:00:00 PM
 
Archive Date
01/13/2021
 
Point of Contact
James M Smith, Phone: 3017575244, Shanon Sheffield
 
E-Mail Address
james.m.smith@navy.mil, shanon.sheffield@navy.mil
(james.m.smith@navy.mil, shanon.sheffield@navy.mil)
 
Description
Airborne Very-Low Frequency Communications System Sources Sought 1.0: U.S. Navy Activity The Naval Air Systems Command (NAVAIR), Program Executive Officer, Air, Anti-Submarine Warfare and Special Weapons (PEO-A), Airborne Strategic Command, Control and communications Program Office (PMA-271) is seeking sources capable of providing follow-on developmental engineering services for an modernized airborne Very-Low Frequency (VLF) communications system. 2.0: LEGAL NOTICE THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCE SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� 3.0: Background Engineering development services for the E-6B VLF system has historically been solely supported by Collins Aerospace.� This requirement will include both the electrical and mechanical subsystems needed to fulfil the mission capability.��� �� ����������� 4.0: Eligibility The applicable North American Industry Classification System (NAICS) code is 336411 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 5999. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. 5.0: Requested Information 5.1 Respondent Description 1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort. 2. CAGE code, Data Universal Numbering System (D-U-N-S Number), and mailing address. 3. Business size: Companies responding to this request should indicate whether they are a large or small business, small disadvantaged business, woman-owned business, HUBZONE small business and/or service disabled veteran-owned small business. Please inform us if your company intends to perform the work as the prime contractor or if you desire to subcontract with a prime contractor. Ensure your response contains your company's name, street address, point of contact with phone number and email address, company web page URL. 5.2 Information Sought NAVAIR expects to receive from each respondent an UNCLASSIFIED Full Response with their capability summary. The concept summary shall be written from a system solution perspective showing how the concept and development methodology could satisfy the following requirements and submitted to the Government no later than December 29, 2020 3pm EST. For responses please contact Shanon Sheffield. Responses should be sent via DoD Safe (https://safe.apps.mil/). If you cannot submit via DoD safe please contact Shanon.Sheffield@navy.mil. � Respondents shall submit a Capabilities Package in response to this Sources Sought that demonstrates detailed knowledge and experience in the following areas: Experience applicable to the engineering, qualification, and production of VLF systems (currently TRL 6 or higher) in support of Department of Defense programs, or like systems that maximize hardware and software commonality and enables future technology refresh/enhancements. Experience with engineering and integration using Government Furnished Information (GFI). Demonstrated software development capabilities to enable engineering development, integration, and test of complex embedded real-time systems. Experience with hardware and software reuse and integration and associated lessons learned. Experience with the engineering, development, and test of equipment designated for airborne environments. Knowledge of, and experience with development in a model-based systems engineering (MBSE) environment. Knowledge of, and experience with Cybersecurity Information System Continuous Monitoring (ISCM). Experience with engineering, development, and test of equipment requiring nuclear hardening, Electro-Magnetic Pulse (EMP), and TEMPEST (emanations security). Experience with maintenance practices and operational procedures to improve system performance, extend service life and reduce costs. Program / Project Management Demonstrated ability to provide necessary program management, planning, schedule, and execution information with timely insight to the Government; include examples of tools and techniques used by project management. A demonstrated capability to handle and safeguard classified material and information at a minimum SECRET/No Foreign Nationals. Demonstrated and documented past performance of complex development programs, including examples of current and/or recent efforts identifying cost and schedule performance. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/552c4583e37a46749bd69b68f2b13646/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05873693-F 20201216/201214230143 (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.