Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

70 -- Automatic Update Deployment Tool (AUDT) development and fielding support

Notice Date
1/12/2021 6:37:00 PM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893621R0015
 
Response Due
1/26/2021 6:00:00 PM
 
Archive Date
03/15/2021
 
Point of Contact
sandra Rodriguez, Phone: 760-793-4330, Erin K Strand, Phone: 7607934330, Fax: 7609398186
 
E-Mail Address
sandra.d.rodriguez@navy.mil, erin.strand@navy.mil
(sandra.d.rodriguez@navy.mil, erin.strand@navy.mil)
 
Description
: The Naval Air Warfare Center Weapons Division (NAWCWD) intends to award a sole source contract to Gnostech, Inc. in accordance with FAR 6.302-1, Only one responsible source, under existing GSA Contract Number 47QTCA19D000K. This procurement is sole source due to the proprietary nature of the software. The purpose of this Sources Sought Notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. �No solicitation is currently available and as such this is not a request for proposal, and in no way obligates the Government to award any contract. �A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. �After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published. � (2) PROGRAM DESCRIPTION: The NAWCWD is requesting development of and fielding support for the Automatic Update Distribution Tool (AUDT) for the Joint Mission Planning System (JMPS). (3) REQUIRED CAPABILITIES: N/A (4) PLACE OF PERFORMANCE: Contractor�s facilities. (5) CONTRACT TYPE: The Government is contemplating awarding a Cost Plus Fixed Fee (CPFF) contract. (6) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-21-R-0015 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a) A reference to the solicitation number and brief title of this announcement; b) Company name and address; c) Company's point of contact name, phone, fax, and e-mail; d) Declaration as to whether the company is a U.S. or foreign company; e) Company size (Small or Large according to the identified NAICS and size standard identified); f) If your company is a small business, specify type(s); g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime company and the work to be accomplished by the teaming partners; h) A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. i) An outline of previous projects related to the program description, and identify specific work previously performed or currently being performed related to the program description; and j) Any other specific and pertinent information as it pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted. Questions and comments are highly encouraged. An opportunity for a site visit will not be offered after the solicitation is issued. The results of the sources sought may also be used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 541512 with a small business size standard of $30 Million. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from the date of this notice. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. �See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx � 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. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/84c947d2457b4f37a252c1ca87147b5f/view)
 
Record
SN05890594-F 20210114/210112230113 (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  © 1994-2020, Loren Data Corp.