Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOURCES SOUGHT

66 -- Data Acquisition and Processing System (DAPS) and the Direct Drive (DD) for Navy’s Electromagnetic Pulse (EMP) Upgrade - Sources Sought

Notice Date
6/13/2017
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-17-RFPREQ-5460MA-0001
 
Archive Date
7/18/2017
 
Point of Contact
Lauren S. Morgan,
 
E-Mail Address
Lauren.S.Morgan@Navy.Mil
(Lauren.S.Morgan@Navy.Mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought EMP word Document Solicitation Number: N00421-17-RFPREQ-5460MA-0001 Procurement Type: Sources Sought Date Posted: June 13 th 2017 Title: Data Acquisition and Processing System (DAPS) and the Direct Drive (DD) for Navy's Electromagnetic Pulse (EMP) Upgrade Classification Code: 6625 NAICS Code: 334515 Is this a Recovery and Reinvestment Act Action? No Response Date: July 3rd 2017 13:00PM EST Primary Contact: Lauren Morgan, Contract Specialist Lauren.S.Morgan@Navy.Mil THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The Government intends to solicit for the procurement of a new high speed transient data acquisition instrumentation and bulk current injection hardware for conducting Electromagnetic Pulse and Lightning tests on DoD aircraft, ships, tanks, trucks, and other systems that have to meet the test and evaluation requirements of MIL-STD-464, MIL-STD-3023, or MIL-STD-4023. All responsible sources may express their interest and provide capability statements in response to this notice. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after the date of publication of this Sources Sought Notice may be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. 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. INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) AIR-2.5.1 at Patuxent River, MD announces its intention to procure, on a sole source IDIQ basis, new high speed transient data acquisition instrumentation and bulk current injection hardware for conducting Electromagnetic Pulse and Lightning tests on DoD aircraft, ships, tanks, trucks, and other systems that have to meet the test and evaluation requirements of MIL-STD-464, MIL-STD-3023, or MIL-STD-4023. The new instrumentation will incorporate all the existing instrumentation in to a single instrumentation "brick" and eventually replace the existing instrumentation capability while maintaining backwards compatibility with all existing software, calibration, data correction and processing methods. This new instrumentation "brick" will require expertise in micro-electronics fabrication and packaging in small spaces with no ventilation, battery powered, and faraday cage packaging for operation in Wide band E-fields up to 100KV/M. The bulk current injection capability will require expertise in wideband pulsed amplifier design and fabrication in relation to bulk current injection in to an impedance that may range from zero ohms to several thousand ohms. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is 6625; the NAICS is 334515 with a size standard of 750 employees. ANTICIPATED PERIOD OF PERFORMANCE It is anticipated that a contract with a five (5) year ordering period will be awarded for this effort. The anticipated ordering period is 1 March 2018 - 28 FEB 2023. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be a Firm Fixed Price (FFP) contract. The pre-production phase shall include the following milestones with progress payments: PDR, CDR, Brass Board proof of concept, two pre-production units, and successful validation and verification testing against existing instrumentation followed by production of the full base order of 50 instrumentation "bricks" plus upgrading the two preproduction links to production configuration and options for additional "lots" at five bricks per lot (less if the contractor is in agreement).The bulk current injection option shall include a single (1) base system with PDR, CDR, factory testing, and final delivery testing with options for additional units. REQUIREMENTS This hardware shall be utilized primarily on-site at Naval Air Station Patuxent River, MD, but may also be used anywhere in the United States or at sea. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the hardware and services listed in the attached SOW. This documentation must address, at a minimum, the following: 1. Title of the requirement you are applying to 2. Company profile to include number of employees, annual revenue history, office location(s) DUNS number, and a statement regarding current small/large business status 3. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the software described herein; 4. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; 5. Management approach to staffing this effort with qualified personnel; 6. Statement regarding capability to obtain the required industrial security clearances for personnel at the SECRET level 7. Company's ability to perform at least 50% of the work 8. Company's ability to begin performance upon contract award The capability statement package shall be sent by email to Lauren S. Morgan at lauren.s.morgan@navy.mil. Submissions must be received at the office cited no later than 13:00 p.m. Eastern Standard Time on Monday July 3, 2017. Questions or comments regarding this notice may be addressed to Lauren S. Morgan via email at lauren.s.morgan@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; DUNS number, Cage Code, Tax ID, and Point of Contact (POC) name, phone number, fax number, and e-mail address. No extensions will be granted. All capability statement packages must be received by the closing date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-17-RFPREQ-5460MA-0001/listing.html)
 
Place of Performance
Address: NAVAIR PAX, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04543078-W 20170615/170613235202-d4cf3c29c39ad468da0404d6e5f226c0 (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  © 1994-2020, Loren Data Corp.