Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2023 SAM #7926
SOURCES SOUGHT

70 -- ELECTRONIC CHART PRECISE INTEGRATED NAVIGATION SYSTEM (ECPINS) SOFTWARE

Notice Date
8/8/2023 11:55:24 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-23-SN-Q38
 
Response Due
8/24/2023 10:00:00 AM
 
Archive Date
09/08/2023
 
Point of Contact
Julia Phillips, Ashley Majtyka
 
E-Mail Address
julia.m.phillips8.civ@us.navy.mil, ashley.a.majtyka.civ@us.navy.mil
(julia.m.phillips8.civ@us.navy.mil, ashley.a.majtyka.civ@us.navy.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT�FOR�ELECTRONIC CHART PRECISE INTEGRATED NAVIGATION SYSTEM (ECPINS) SOFTWARE The purpose of this Sources Sought notice is to comply with Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement.� The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award a FFP contract on a sole source basis OSI Maritime Systems Limited, 400 � 4585 Canada Way, Burnaby, British Columbia, Canada, for the acquisition of program wide level license for Electronic Chart Precise Integrated Navigation System (ECPINS) software for the Ship to Shore Connector (SSC) and Landing Craft Utility (LCU) programs.� ECPINS is the electronic charting system selected by PMS 317 for the SSC and LCU platforms.� The estimated delivery is 30 days after award of contract or 30 days after exercise of option. The anticipated contract will contain a twelve (12) month base period with delivery and in service support followed by two option years of in service support. After the initial three years, there will be three additional option years of in service support. The Government�s minimum needs have been verified by the certifying technical and requirements personnel. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice. SUBMISSION CONTENT: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base. b) NSWC PCD requests that companies respond by submitting (1) a summary outline and capabilities statement showing how requirements (summarized above) for the acquisition of Sensor Interface Units will be met; (2) contract numbers and descriptions for similar type work and products as evidence of capabilities; (3) a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement; (4) any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the Government�s capability assessment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b642101a0fe44d91a3e1b6714fec7f57/view)
 
Place of Performance
Address: V5G 4L6, CAN
Zip Code: V5G 4L6
Country: CAN
 
Record
SN06782141-F 20230810/230808230106 (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.