Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
MODIFICATION

70 -- JMPS Laptops

Notice Date
10/8/2019
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 1 Administration Circle, STOP 1303 - CL, 575 'I' AVE SUITE 1, BLDG 65 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893620R0074
 
Archive Date
11/25/2019
 
Point of Contact
Andrea Garcia, Phone: (760)939-3470, Erin K Strand, Phone: (760) 939-7309
 
E-Mail Address
andrea.garcia1@navy.mil, erin.strand@navy.mil
(andrea.garcia1@navy.mil, erin.strand@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Systems Command, Weapons Division is conducting a market survey of industry to determine interested sources that have the ability to provide high-end, mobile computer systems and consistent warrantee support for the Joint Mission Planning System (JMPS), which provides computer tools to aid in planning aircraft missions. The purpose of this sources sought is to gain market knowledge of potential qualified sources via capabilities statements relative to the North American Industry Classification Systems (NAICS) code 334111 for (Electronic Computer Manufacturing) with a size standard of 1,250 employees. Respondents must identify their business size within their capabilities statement. If your company is a Small Business, please specify if your company is or is not each of the following: (a) Service-Disabled Veteran owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business to the Government's Contract Specialist (CS) Andrea Garcia (contact information listed below). If offered via a GSA Schedule, please reference the corresponding GSA Contract Number in the capability statement. JMPS software gathers, analyzes, manipulates, collaborates, plans, and loads critical data to naval aircraft, as well as associated avionics subsystems and weaponry via a variety of data transfer devices while providing increased situational awareness to aircrew. JMPS software is a Windows, PC-based common approach that utilizes Commercial Off-The-Shelf (COTS) computing. See attached Statement of Work (SOW), Exhibit 1 and Exhibit 2 for specification criteria regarding the minimum technical requirements (threshold). Key evaluation factors include: (1) Ability to meet technical specifications (2) Ability to meet logistics/supportability requirements (3) Overall performance with target software (4) Usability/Human factors (5) Security and (6) Compatibility with future software configurations. The evaluation process leading up to a Government hardware selection begins with requirements (specifications) provided in this sources sought. Upon submission of candidate system configurations in response to this sources sought, the Government intends to narrow the list of candidates down to those that could meet threshold requirements. The Government will then obtain (direct procurement) hardware from qualified candidates in order to perform in-lab assessments to ensure JMPS software will operate on proposed configurations. Ultimately, the Government intends to solicit the desired system configuration(s) via a Request for Proposal or Request for Quote. There are some requirements with respect to the durability of the laptop. The Government will not be responsible for any damage that occurs during the torque test or drop test. All interested sources shall submit the following information in a capabilities statement package demonstrating the ability to perform the specific requirements discussed above. This documentation must address, at a minimum, the following: (1)Company details including: Company Name; Cage Code; DUNS Number; Company Address; Company Business Size; Technical and Management Points-of-Contact (POCs) -names, phone numbers, and e-mail addresses. (2)Prior/Current corporate experience performing efforts of similar scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the supplies described herein. (3)A capability statement that addresses the ability to meet the requirements defined in the Draft Technical and Logistics Requirements in the SOW, Exhibit 1 and Exhibit 2. (4)Details about any specific system configuration(s) that could potentially be offered to support a future solicitation, including technical component details and approximate costs. Note: The Government desires a breakout cost for all removable subcomponents (e.g., hard drives, optical drives, batteries, etc.) of the system configuration(s) offered. (5)Vendors may be requested, at a later date, to provide a machine for assessment purposes. To support this potentially, the vendor should respond to the following question: Does the vendor offer a demonstration product for potential purchase? (6)Any other questions or recommendations regarding this sources sought. Capabilities packages files must be readable by Adobe Reader 11or Microsoft Word 2013, to include no more than FIVE single-sided 8.5-11 inch pages, with no font smaller than 12 point. Written responses shall be submitted by e-mail to the point(s) of contact listed below or to the Contracting Office listed no later than 18 days from this notice date. Contractors shall submit a capabilities statement package via email to andrea.garcia1@navy.mil. The following restrictions apply: (1) Limit graphics; (2) The contents of the email shall not exceed 5MB; (3) Use standard file extensions such as: doc, xls, pdf, ppt.; (4) The following attachments will not be received by recipients on the NMCI system:.avi,.bat,.cmd,.com,.dll,.eml,.exe,.pif,.scr,.shs,.vbs, and.vbe.; The Government will utilize responses 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. 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number. Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration. Additionally, Effective June 29, 2018, all non-Federal entities who create or update their registration in SAM.gov, have a notarized letter on file within 30 days of registration. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39088948fa284417a3a1447dfc1863c9)
 
Record
SN05470238-W 20191010/191008230418-39088948fa284417a3a1447dfc1863c9 (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.