Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOURCES SOUGHT

58 -- Special Surveillance Program Support - DRAFT SOW

Notice Date
2/25/2010
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10-RFI-0203
 
Archive Date
4/9/2010
 
Point of Contact
Karin Weinert, Phone: 732-323-1177, Francis J Hufnell, Phone: 732-323-2902
 
E-Mail Address
karin.weinert@navy.mil, francis.hufnell@navy.mil
(karin.weinert@navy.mil, francis.hufnell@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DRAFT SOW The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Surveillance Program (SSP) is surveying the 8(a) vendor community for all interested certified 8(a) contractors for information in regard to the attached draft statement of work. The Special Surveillance Program is the lead systems integrator of advanced surveillance sensors (Acoustics, Electro-Optical (EO), large format digital sensors (LFDS), ISR turrets, Magnetics, and other special sensors); a variety of UAS; and several UGS that support the war fighter in a rapidly changing world. Due to the broad scope of SSP’s activities and responsibilities and the need for quick responses to threat developments, the SSP is looking for a contractor that has the following: (a) Experience in maintaining a qualified cadre of personnel to support UAS / UGS concept formulation and advanced sensor technology assessments (b) Experience in RDT&E for advanced EO, LFDS, Laser Identification, Detection and Ranging (LIDAR), acoustic and magnetic sensors (c) Corporate experience with systems engineering and system design of unmanned air and ground systems (d) Experience fabricating, integrating, and performing LQP for GCSs, UASs, and UGSs (e) Experience providing deployed personnel to support ISR and C-IED system requirements (f) Experience providing tailored logistics support for forward deployed unmanned air and ground systems (g) Experience supporting ISR, C-IED, and Communications Relay missions in-theater (h) Experience-based knowledge of unmanned platforms and unattended remote sensor systems; (i) Experienced-based knowledge of advanced sensor technology and integration into multiple unmanned platforms and unattended systems (j) Experienced-based knowledge of providing effective, timely, cost-efficientintegration of multiple platforms, sensors or avionics, and GCSs for mission accomplishment. The proposed contract will be a 5-year Multiple Award IDIQ contract that will include CPFF, FFP, and COST type CLINs. It is anticipated that each vendor should be able to provide support in all areas of the SOW. The contractors will be responsible for procuring material in order to fulfill the requirements of the SOW. The material shall include, but is not limited to: air vehicles, air vehicle kits, propulsion systems, GCSs/shelters, sensors or avionics, communications gear, electrical components, command and control equipment, computers, processors, displays, and alternative UAS. In addition, there is an estimated 293 man years of CONUS support effort and 179 man years of OCONUS support effort spread throughout the 5 year period of performance. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. The government is interested in industry’s comments on the proposed requirements within the attached Statement Of Work (SOW). There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Interested parties are requested to submit their comments to the proposed requirements within the SOW. Vendors are requested to provide a capabilities statement of no more than 10 pages in length that demonstrates the respondent’s ability to meet the requirements as specified herein. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 3:00 PM EST, 23 March 2010. Responses shall be submitted electronically to the designated Contract Specialist, Karin Weinert, in Microsoft Word format or Portable Document Format (PDF) at the following email address: karin.weinert@navy.mil Please submit any questions regarding this synopsis to Karin Weinert via email at karin.weinert@navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-RFI-0203/listing.html)
 
Record
SN02077335-W 20100227/100226095604-e93c31e842048ff41cdb353bb11993c8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.