Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOURCES SOUGHT

70 -- Joint Mission Planning System FY 26 Laptops

Notice Date
6/18/2025 11:13:50 AM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N68936-25-R-0036
 
Response Due
7/18/2025 4:00:00 PM
 
Archive Date
08/18/2026
 
Point of Contact
Andrea Herrera, Phone: 7607933252, Erin K Strand, Phone: 7607934330
 
E-Mail Address
andrea.herrera12.civ@us.navy.mil, erin.k.strand.civ@us.navy.mil
(andrea.herrera12.civ@us.navy.mil, erin.k.strand.civ@us.navy.mil)
 
Description
1.0 INTRODUCTION a. The Naval Air Systems Command, Weapons Division is seeking information for potential sources regarding industry technologies available to provide high-end, mobile computer systems and consistent warrantee support for the Joint Mission Planning Systems (JMPS), which provides computer tools to aid in planning aircraft missions. b. This Market Research tool is being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. c. The following documents are attached to this Sources Sought Notice: 1. Statement of Work (SOW) 2. FY26 Laptop hardware requirements 3. Basic Input-Output System (BIOS) Settings d. The following dates are anticipated time frames associated with this requirement: 1. Estimated Final RFP Release: FY 26 Quarter 1 2. Estimated Award Date: FY 26 Quarter 2 3. Delivery Date: 90 days after the Award 2.0 DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. 3.0 PROGRAM BACKGROUND 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. 4.0 SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES See attached SOW, FY26 Laptop hardware requirements and BIOS Settings for specification criteria. 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 6. Compatibility with future software configurations Other Required Items: 1. Letter of Volatility (LOV) if available for the offering 2. Cost information/Quote 3. Seeking responses from vendors that can meet only one spec (i.e. threshold or objective) or both threshold and objective specs. 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 the 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 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. 5.0 ELIGIBILITY a. The applicable NAICS code for this requirement is 334111, Electronic Computer Manufacturing, with a Small Business Size Standard of 1,250 employees. b. The Product Service Code is 7E20, IT and Telcom � End User. c. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government�s capability determination. 6.0 SUBMISSION DETAILS a. Interested parties shall adhere to the following instructions for the submitting their capabilities statements. 1. Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. 2. Document Type: Microsoft Word, Adobe PDF, etc. 3. Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Andrea Herrera at andrea.herrera12.civ@us.navy.mil 4. Response date: Responses are due by 4:00PM PST on 18 JUL 2025. 5. No classified information shall be submitted in response to this Sources Sought. 6. No phone calls will be accepted. 7. All questions must be submitted via email to the Contract Specialist, Andrea Herrera at andrea.herrera12.civ@us.navy.mil 8. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. 9. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. 10. Any information or materials provided in response to this Sources Sought Notice will not be returned. 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 Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81fa818861a94029a403ad82796eebe6/view)
 
Record
SN07483376-F 20250620/250618230340 (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.