Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2021 SAM #7060
SOURCES SOUGHT

16 -- Tactical Solo Parachute System

Notice Date
3/29/2021 1:43:56 PM
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893621R0013
 
Response Due
12/28/2020 10:00:00 AM
 
Archive Date
01/12/2021
 
Point of Contact
Brian Gillead, Phone: 7609772174, Melinda Childs, Phone: 7607934456
 
E-Mail Address
larry.gillead@navy.mil, melinda.childs@navy.mil
(larry.gillead@navy.mil, melinda.childs@navy.mil)
 
Description
*PURPOSE: The Naval Air Warfare Center, Weapons Division (NAWCWD), China Lake, CA intends to award a sole source contract IAW 6.302-1 to Complete Parachute Solutions, Inc. to provide Military Javelin (MJ) (MT-3/EMJ) and maritime (MT-4/MMJ) systems in support of the United States Navy (USN). Other interested parties may identify their interest and capability to respond to the requirement no later than 28 Dec 2020. *Anticipated Time Frame: Estimated RFP Release: 01/21 Estimated Award: 02/21 Period of Performance: Five Years *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. *CONTRACT/PROGRAM BACKGROUND 1. Contract Number: W911QY17D0011 2. Contract Type: IDIQ, FFP 3. Incumbent: Complete Parachute Solutions, Inc. *REQUIRED CAPABILITIES The Contractor shall have the capability to manufacture and deliver (MT-3/EMJ) and maritime (MT-4/MMJ) systems. Interested parties must submit a capability statements showing they ability to not only provide the Items and Quantities in Attachment 1: Item/Description List, but also the ability not to compromise quality, schedule, etc. and demonstrate clear and convincing evidence that competition would be advantageous to the Government.� The determination not to compete this proposed contract action is solely within the discretion of the Government. Information received will normally be considered for the purposes of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs incurred by responding to this notice. *OBJECTIVE The responses to this Sources Sought will be utilized to determine if this requirement should move forward as a sole source and identify 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. Questions and comments are encouraged; however, Government is not obligated to answer any questions received.� Send questions to: email: larry.gillead@navy.mil NLT 16 December 2020. Documents associated with this synopsis will only be available through Federal Business Opportunities (FBO) as they may contain Controlled Unclassified Information.� DOCUMENTS WILL NOT BE EMAILED.� Please see the FBO Vendor Guide for instructions on how to obtain documents on FBO. If market research supports a competitive acquisition strategy, 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. Vendors should appropriately mark proprietary and restricted data when submitting their capability statements.� *SPECIAL REQUIREMENTS All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/.� *SUBMISSION DETAILS All interested sources shall submit the following information in a capabilities statement package (not to exceed 5 written pages (single-sided 8.5-11 inch pages), in files readable by Adobe Reader 10 or Microsoft Word 2007, with no font small than 10 point) demonstrating ability to meet the requirements defined in the SOW and Technical Specifications. An outline of previous projects related to the requirement description, identify specific work previously performed or currently being performed related to the required supply and or service; and any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted. Perform the specific requirements discussed above. This documentation must address, at a minimum, the following: A reference to the solicitation number TBD and brief title of this announcement; Company name and address; Company's point of contact name, phone, fax, and e-mail; Declaration as to whether a U.S. or foreign company *Provide Joint Certification Program (JCP) number; Company size (Small or Large according to the identified NAICS and size standard identified), If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners. Note: Capabilities statement package shall be submitted by email.� When submitting a capabilities statement package by e-mail, the following restrictions apply: (1) Limit graphics; (2) The contents of the email cannot exceed 5MB; (3) Use standard file extensions: doc, xls, pdf, zip, ppt; (4) The following attachments will not be received by recipients on the NMCI system: .avi, .bat, .cmd, .com, .dll, .eml, .exe, .pif, .scr, .shs, .vbs, and .vbe; (5) Send packages to : email: larry.gillead@navy.mil Submittals of capabilities statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for procurement action. This announcement is for informational purposes only. 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 Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated.� It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an ""Active"" status as the government cannot award to an entity without an ""Active"" SAM registration.� More information can be found at www.gsa.gov/samupdate.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5501522da02e49cd8ab531eda48a7217/view)
 
Record
SN05956191-F 20210331/210331081153 (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.