SOURCES SOUGHT
J -- RPSAS repair, maintenance, reset, upgrade, training, and engineering and logistics support
- Notice Date
- 6/15/2021 8:23:32 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
- ZIP Code
- 22448-5154
- Solicitation Number
- N00178-21-R-4414
- Response Due
- 6/29/2021 1:00:00 PM
- Archive Date
- 07/14/2021
- Point of Contact
- Patricia Woodhouse, Phone: 540-284-7094, Amy Richards, Phone: 5406537825
- E-Mail Address
-
patricia.l.woodhouse@navy.mil, Amy.T.Richards@navy.mil
(patricia.l.woodhouse@navy.mil, Amy.T.Richards@navy.mil)
- Description
- The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to issue a solicitation for a sole source, Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to Cobham Advanced Electronic Solutions, located in Lansdale, PA. Cobham Advanced Electronic Solutions will provide repair, maintenance, reset, upgrade, training, and engineering and logistics support for multiple Roll Pitch Stabilized Antenna Systems (RPSAS). This effort will also provide hardware, including spare and repair parts. Cobham Advanced Electronic Solutions is the only authorized organization to perform repairs and upgrades to current systems. Cobham Advanced Electronic Solutions has developed and currently maintains the specialized equipment and infrastructure necessary to ensure quality manufacture, repair, and test of the RPSAS component assemblies. There are also no other authorized vendors that sell, repair, or provide spare parts for the RPSAS. In addition, Cobham is the only entity that has the highly specialized technical knowledge-base to provide upgrades and repairs to the existing fielded equipment and software/firmware. Access to the draft statement of work (SOW) attached to this Notice is restricted; only Authorized Parties will be able to access the SOW. To get access to the Authorized Parties List Contractors must submit form DD 2345 to SAM.gov. This requirement will be solicited in accordance with the authority of 10 U.S.C. 2304(c) (1) and FAR Part 6.302-1(a) (2) (iii), ""Only One Responsible Source."" Only Cobham Advanced Electronic Solutions has the specialized knowledge and expertise to support this effort. Specifically, Cobham Advanced Electronic Solutions is the only authorized organization to perform repairs and upgrades to current systems. The contract will be for repair, maintenance, reset, upgrade, training, and engineering and logistics support. Responsible sources may identify their interest and capability, which will be considered by the Government. This notice is NOT a request for competitive proposals. A determination by the Government not to compete the proposed requirement based upon responses to this Notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Firms interested in subcontracting opportunities should contact Cobham Advanced Electronic Solutions directly. It is anticipated that the solicitation will be issued on or around 3 December 2021 and will be open for at least 30 days. Contract award is anticipated approximately around 28 September 2022. Capability Statements: In an effort to determine market interest, capable businesses are invited to submit capability statements by the date indicated in this announcement. Capability statements shall not exceed 10 pages, not including resume summaries (if applicable) and shall include the following items: (1) A company profile including CAGE Code and DUNS number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBZone, 8(a), Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Veteran-Owned Small Business, or Small Disadvantaged Business); (2) A complete description of the Offeror's capabilities, related experience, facilities, techniques or unique combinations of these factors that clearly relate to the Government's specific needs for this requirement as identified above or as specified in the SOW (if applicable); (3) A description of the Offeror's ability to meet each of the mandatory requirements; (4) A summary of specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (5) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier subcontractor, including an independent contractor, which has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. If �similarly situated entity� subcontracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� subcontracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting (DEVIATION 2019-O0003), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. General statements, not supported by the specific information requested above, will not be considered responsive. Questions or clarifications: All questions are to be submitted via e-mail to the Contract Specialist at patricia.l.woodhouse@navy.mil and the Contracting Officer at amy.t.richards@navy.mil with e-mail title to include: ""Capability Statement RPSAS Support - N00178-21-R-4414 "" in subject line. Capability Statements shall be provided by e-mail to patricia.l.woodhouse@navy.mil and amy.t.richards@navy.mil no later than 1600 EDT on 29 June 2021. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal. Electronic responses must be in Microsoft Word� or Adobe Acrobat� formats and the font size shall not be smaller than 10 point. NOTE: This Sources Sought is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ), or an indication that the Government will contract for any of the items and/or services contained in this notice. Point of Contact is Patricia Woodhouse, patricia.l.woodhouse@navy.mil, 540-284-7094.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/44d7c3736f8b4146a88f3253eade768c/view)
- Record
- SN06032716-F 20210617/210615230117 (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 |