Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2017 FBO #5679
SOURCES SOUGHT

A -- Threat Representation Validation Reports and studies in support of the Navy Threat/Targets Simulation Validation Program - Statement Of Work

Notice Date
6/9/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893617R0040
 
Archive Date
6/9/2018
 
Point of Contact
Christopher N. Bigelow, Phone: (760) 939-2530, Mary K Jacobs, Phone: (760) 939-6043
 
E-Mail Address
christopher.bigelow@navy.mil, mary.jacobs@navy.mil
(christopher.bigelow@navy.mil, mary.jacobs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) INTRODUCTION AND PURPOSE: Responses to this sources sought synopsis will be utilized by the Government 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. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: This requirement is for validation of Navy Threat Representations which are used to evaluate military system performance. The following are some of the types of threat representation systems: Radars, Electro-Optics (EO), Infrared (IR), Ultraviolet (UV), Acoustic, Jammers, Digital Models, Simulations, Targets, and actual Threat Weapons Systems in all facets of Electronic Warfare, including Electronic Attack (EA) and Electronic Protection (EP) modes of operation. The products consist of technical studies, technical reports, engineering analysis, and documentation which support development of threat/simulation validation data and documentation of the results to aid in the production of final Navy Validation Reports. (3) REQUIRED CAPABILITIES: In order to be considered a capable source, the vendor must have current, highly experienced, and credentialed specialists in the discipline of threat system validation for U.S. Navy threat representation systems. This requires a great degree of technical expertise in the fields of Military test and evaluation (T&E)/training objectives and requirements and U.S. and foreign threat systems such as Radars; Electro-Optics (EO); Infrared (IR); Ultraviolet (UV); Command, Control, and Communications (C-3) systems; Jammers; Digital Models; and Electronic Counter-CounterMeasures (ECCM) features and characteristics. Knowledge of defense and air defense related threat weapons is essential. Background and familiarity with the documentation of both parametric and performance differences for U. S. and foreign forces receiver designs, digital signal processing, power outputs and limitations are required. Ability to perform comparison, documentation, analysis and plotting of projectiles, digital missile fly-outs, and associated models is required. Additional requirements are: Knowledge, experience, and capability necessary to break down the integrated aspects and "critical parameters" associated with Electronic CounterMeasures (ECM) or ECCM interaction between the threat weapons system and the threat weapons asset it is being compared to or validated against to a high degree of technical detail. Knowledge and familiarity with existing Department of Defense (DOD), Secretary of the Navy (SECNAV), Office of the Chief of Naval Operations (OPNAV), Commander Operational Test Evaluation Force (COMOPTEVFOR), Naval Air Systems Command (NAVAIR), and the Navy Threat Simulator Validation Office instructions, directives, procedures, and guidelines. Working knowledge of threat system data collection; simulation data collection; development of threat simulator/target critical validation parameters; intelligence data research; responding to technical inquiries; participation in technical reviews; participation in progress reviews; and the development and documentation of final Navy Validation Reports. (4) CONTRACT TYPE: The Government is considering a 5-year cost plus fixed-fee, indefinite-delivery, indefinite-quantity (FFP-IDIQ) contract on a full and open basis. (5) SPECIAL REQUIREMENTS: N/A (6) ADDITIONAL INFORMATION: N/A (7) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response. The written response shall reference solicitation number N6893617R0040 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work. Contractor responses shall also include the following information: a)A reference to the solicitation number N6893617R0040 and brief title of this announcement; b)Company name and address; c)Company's point of contact name, phone, fax, and e-mail; d)Declaration as to whether a U.S. or foreign company; e)Company size (Small or Large according to the identified NAICS and size standard identified), f)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. g)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, h)A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. i)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 j)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. k)Current, active facility clearance level. Questions and comments are highly encouraged. An opportunity for a site visit will be offered after the solicitation is issued. 0 Yes 1 No The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 541330 with a small business size standard of $15 million. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 30 days from this notice date. TPOC: Darwin Rosenlof: Darwin.rosenlof@navy.mil; (760) 939-8459 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/51f927ae699143f30ece7a9f40c0a5d7)
 
Record
SN04539476-W 20170611/170609234436-51f927ae699143f30ece7a9f40c0a5d7 (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.