SOURCES SOUGHT
K -- PMA 272 Canadian FMS maintenance
- Notice Date
- 8/15/2023 3:36:46 PM
- Notice Type
- Sources Sought
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893623R0033
- Response Due
- 8/25/2023 12:00:00 PM
- Archive Date
- 09/25/2023
- Point of Contact
- Patrick Popescu, Phone: 760-301-4654, KELLEY VORPAHL, Phone: 7607933821
- E-Mail Address
-
patrick.popescu2.civ@us.navy.mil, kelley.a.vorpahl.civ@us.navy.mil
(patrick.popescu2.civ@us.navy.mil, kelley.a.vorpahl.civ@us.navy.mil)
- Description
- 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 and their size classifications relative to the North American Industry Classification Systems (NAICS) code 541330 for Engineering Services which has a corresponding size standard of $34 million.� 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: This requirement is for design, develop, specify, document, fabricate, procure, integrate, install, test, evaluate, calibrate, configure, operate, repair, and maintain systems to provide an electronic attack threat simulation environment that will significantly improve and maintain the Airborne Threat Simulation Organization�s capabilities as a leader in electronic attack (EA) and active emitter systems for the simulation of threats against US forces in a dynamic electronic warfare environment. (3) REQUIRED CAPABILITIES: Please refer to the attached DRAFT Statement of Work (SOW) for specific requirements. (4) PLACE OF PERFORMANCE: Please refer to the attached DRAFT SOW for specific locations of performance.� (5) CONTRACT TYPE: The Government is considering a cost plus fixed-fee (CPFF) level of effort contract. (6) SPECIAL REQUIREMENTS: Please refer to the attached DRAFT SOW for special requirements such as foreign military sales (FMS) case work and security information. (7) ADDITIONAL INFORMATION: N/A (8) CONTRACTOR RESPONSE:�� Any firm believing it can fulfill the requirement identified above and within the attached DRAFT SOW may submit a written response.� The written response shall reference solicitation number N6893623R0033 and provide a capability statement that clearly indicates the company�s experience, assets, background, and ability to perform the required work. Responses shall also include the following information: a)����������� A reference to the solicitation number N6893623R0033 and brief title of this announcement; b)����������� Company name and address; c)������������ Company's point of contact name, phone number, and e-mail address; d)����������� Declaration as to whether 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 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; g)������������� 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; h)������������ Identify anticipated solution for addressing work to be performed under FMS Case referenced in attached DRAFT SOW; i)������������� A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above and within the attached DRAFT SOW;� j)������������� An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; k)������������ Specific plans on how to address FMS case work as described in the DRAFT SOW; and l)�������������� 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.� Responsible interested parties may submit information in which they identify their capabilities to respond to this requirement. Any submission must be able to show the ability to: Have the capability to implement software and firmware products, to include the Graphic User Interface (GUI), for programming ECM equipment with advanced Electronic Warfare (EW) techniques. Perform O and I level maintenance and process depot level repairs. Provide maintenance personnel who can provide operational support across Canada and in the US. The Contractor shall be responsible for employing personnel having at least the minimum level of education and training, experience, and security clearance as stated under each labor category specified in the SOW, which includes working with advanced Electronic Warfare (EW) systems. The following lists the minimum labor category, education and experience requirements and clearance level needed: Electrical Engineer, Senior (SOC 17-2071). Clearance: secret. Engineering Technician, IV (SOC 17-3029). Clearance: secret. The ability to provide personnel authorized to work in Canada. The ability to obtain and maintain a lease at the Victoria Regional and Halifax Airport for a minimum of 5 years past contract award date. The ability to provide a cleared facility that conforms to the Canada Contract Security Program, the Canadian Controlled Goods Program, and the Transport Canada Flight line accessibility for the handling of all FMS accounted Pods during transport. Adhere to ITAR and technology export processes approved and used to execute shipment of materials supporting the FMS Maintenance Case and FMS Acquisition Case. Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.�� Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date.� More information shall be provided in the Request for Proposal (RFP) Solicitation N6893623R0033. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled information in Contract Opportunities within beta.sam.� See the DLA website for the Joint Certification Program:� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ 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://sam.gov/opp/6aac6f01331443e3acf56f1de147ff9d/view)
- Record
- SN06791869-F 20230817/230815230112 (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 |