Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOURCES SOUGHT

58 -- Point Mugu Sea Range Battlefield Operations Support System (BOSS) Link System

Notice Date
3/6/2025 3:25:59 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893625Q0067
 
Response Due
3/17/2025 10:00:00 AM
 
Archive Date
03/17/2026
 
Point of Contact
Marijo Pascua, Phone: 7607934187, Katy J. White, Phone: 7607934394
 
E-Mail Address
marijo.a.pascua.civ@us.navy.mil, katy.j.white.civ@us.navy.mil
(marijo.a.pascua.civ@us.navy.mil, katy.j.white.civ@us.navy.mil)
 
Description
Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code�s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. INTRODUCTION AND PURPOSE: The government intends to issue a solicitation to Curtiss-Wright Defense Solutions (Tactical Communications Group, LLC) located at 2 Highwood Drive, Bldg. 2, Suite 200, Tewksbury, MA 01876; Telephone number (978) 654-4800. The government plans to issue the solicitation using FAR 13.5 procedures on a sole source basis in accordance with FAR 6.302-1, Only One Responsible Source because only Curtiss-Wright Defense Solutions is the only entity that sells the required supplies and services. Sourcing equipment from another vendor is expected to result in a substantial duplication of cost and unacceptable delay to the government due to additional development process and compatibility test leading to prohibitive constraints to the mission. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 10 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893625Q0067 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. 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 notice. After review of the responses to this sources sought notice, a combined synopsis and solicitation announcement may be published. PROGRAM DESCRIPTION: The Naval Air Warfare Center Weapons Division (NAWCWD) Point Mugu, Point Mugu Sea Range has the requirement to purchase equipment and services from Curtiss-Wright Defense Solutions. REQUIREMENT DESCRIPTION: See attachment 1 to this notice for a description of the supplies and services. Attachment 1 is marked as CUI. Please note the disclaimer at the beginning of this notice about the requirement for JCP certification. The government will NOT consider requests to email the attachment. The intended contract type is Firm-Fixed Price. CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N6893625Q0067 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform/deliver the required services/supplies without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: 1. A reference to the solicitation number N6893625Q0067 and brief title of this announcement 2. Company name and address 3. Company's point of contact name, phone, fax, and e-mail 4. Declaration as to whether a U.S. or foreign company 5. *Provide Joint Certification Program (JCP) number 6. Company size (Small or Large according to the identified NAICS and size standard identified), 7. 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. 8. 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, 9. A brief capabilities statement package (no more than 8 pages in length, double spaced, 12-point font minimum), demonstrating ability to perform the specific requirements discussed above. 10. An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and 11. 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. Questions and comments are highly encouraged; however, the Government is not obligated to answer all questions received. An opportunity for a site visit WILL NOT be offered after the solicitation is issued. The results of the sources sought may also be utilized to determine if any Small Business Set-Aside opportunities exist under NAICS Code 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) with a small business size standard of 1,250 employees. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark CUI and/or proprietary and restricted data. Any data that contains CUI shall be submitted to the Contract Specialist (CS) via encrypted email. If encrypted email is not available, the vendor shall submit an email request to the CS to send the vendor a DoD SAFE �Drop Off� link. The Government will delete, and thus will not consider, any files containing CUI or proprietary/restricted markings that are received without proper encryption. The combined synopsis/solicitation will be posted in Contract Opportunities on the SAM website at https://sam.gov/ on or about (03/25/2025). 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 10 days from this notice date. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. RESPONSES IN ANY FORM ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINSITRATIVE COSTS INCURRED IN RESPONSE TO THIS NOTICE. ANY INFORMATION SUBMITTED IS STRICTLY VOLUNTARY. ALL INFORMATION RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT MARKED �PROPRIETARY� WILL BE PROTECTED AND HANDLED ACCORDINGLY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99e7d5acae7148b6a74d8bdb4c26b2a0/view)
 
Record
SN07364237-F 20250308/250307152955 (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.