Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2022 SAM #7350
SOURCES SOUGHT

R -- Synopsis - Special Missions Systems of Naval Air Warfare Center - Aircraft Division, Patuxent River, MD

Notice Date
1/13/2022 5:48:29 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N0042122R0165
 
Response Due
2/3/2022 12:00:00 PM
 
Point of Contact
Kellan Tarleton
 
E-Mail Address
kellan.tarleteton.civ@us.navy.mil
(kellan.tarleteton.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
INTRODUCTION The Special Missions Project Office comprised of groups from PMA - 262, PMA - 290E and the Integrated Test Facility at the Naval Air Warfare Center - Aircraft Division, Patuxent River, MD anticipates to enter into a sole-source contract with CACI, Inc. - Federal of 14370 Newbrook Drive Chantilly, VA.� This contract will be issued using the statutory authority at 10 U.S.C. 2304(c)(l), Only one responsible source and no other supplies or services will satisfy agency requirements. DISCLAIMER THIS PRE-SOLICITATION NOTICE 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 PRE-SOLICITATION NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TOTHIS ANNOUNCEMENT. ANY INFORMATION SUBMITIED BY RESPONDENTS TO THIS PRE-SOLICITATION NOTICE IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The Special Missions Project Office has a requirement for continued services and supplies for distributed Intelligence, Surveillance, and Reconnaissance (ISR) mission systems hardware and software. The ISR mission systems hardware and software enables distributed maritime operations through data collection, storage, processing, analysis, and data distribution across expeditionary, fixed ground, airborne and shipboard platforms.� The missions systems are installed in the expeditionary Mobile Mission Systems family of systems consisting of Mobile Quick Look (MQL) � I, MQL-II, Poseidon Quick Look, Triton Mobile Forward Operating Base, and the Triton Remote Quick Look expeditionary systems, and fixed ground segments, shipboard, and Special Missions aircraft and UAS.� The systems hardware and software configuration are uniquely tailored to the requirements of each operational deployment.� RDT&E of these systems are conducted in the DAiTA Group Integrated Test Facility and at the contractor�s facility. REQUIRED CAPABILITIES The Government's requirement for continued services and supplies for the ISR mission systems hardware and software will include, but is not limited to, the following: Production Systems Engineering, Production System Upgrades to Include: Design, Fabrication, Installation, and Modification of Mission Systems Fleet Program Related Engineering Production/Obsolescence Software Technology Refresh Fleet Cyber Command Data Support Performance of Scheduled and Emergency Maintenance/Repair Deployment Site Coordination, Survey, and Preparation Remote and On-site System Troubleshooting and Repair System Refurbishment and Upgrade Asset Tracking Software Configuration Management and Updates System Configuration Management Training of Government and Military Personnel Development and Maintenance of System Documentation and Manuals Procurement, Storage, Shipping and Tracking of Materials and Equipment ELIGIBILITY The anticipated North American Industry Classification (NAICS) code for this requirement is 541330 with a Small Business Size Standard of $16.5 Million. The product service code (PSC) is R425. SUBMISSION DETAILS Interested vendors should submit a capabilities statement in a document of no more than 8 pages containing no smaller than 12 point font. This document shall specifically address, and demonstrate the vendor�s capability to meet, the required capabilities noted in this posting. 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 notice shall be submitted electronically to Kellan Tarleton at kellan.tarleton.civ@us.navy.mil.�������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9e02fee8ca474c8cb1ede43e1c9a2118/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06217512-F 20220115/220114120846 (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.