Inactive
Notice ID:N00019-19-RFPREQ-PMA-264-0096
SOURCES SOUGHT NOTICE The Naval Air Systems Command (NAVAIR), Air Anti-Submarine Warfare (ASW) Systems Program Office (PMA-264) located in Patuxent River, MD is issuing this Sources Sought Notice as a...
SOURCES SOUGHT NOTICE The Naval Air Systems Command (NAVAIR), Air Anti-Submarine Warfare (ASW) Systems Program Office (PMA-264) located in Patuxent River, MD is issuing this Sources Sought Notice as a means of conducting market research to identify potential business sources that can provide upgrades to the Global Reconstruction and Measurement System (GRAMS). The GRAMS provides the Maritime Patrol and Reconnaissance Aircraft (MPRA) the ability to extract measured Sound Pressure Level data to the frontline warfighter as well as the Office of Naval Intelligence. The Post-flight analysis aspects of the software will be utilized to evaluate aircrew performance of the Acoustic Intelligence (ACINT) data collection mission as well as provide the post flight analysis team a method to extract more data than what was collected on first pass analysis. The software will be capable of providing recommendations for enhanced mission planning for follow on flights deployment of tactical sensors. The software will also be capable of deep dive acoustic analysis for the extraction of ACINT. The GRAMS software upgrades not only provides continued advances in post flight analysis but also provides for in-flight use of measured sound pressure level data for pattern re-evaluation, pattern re-calculation, improved operator performance in detection and classification, post-flight mission reconstruction, and data archiving and dissemination. This software upgrade will be capable of interacting with existing models, equipment, and databases without interference. 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. ELIGIBILITY The applicable NAICS code for this requirement is 541511 The Product Service Code is AD93. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMITTAL INFORMATION Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A description of your company's past experience and performance on similar production contracts. Include whether CPARS ratings are available. This description should address current and prior experiences. c) Include information on major subcontractors or suppliers to be used. d) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. e) Provide documentation of the company's ability to begin performance without delay upon contract award projected on 01 May 2020. Estimated Period of Performance is 60 months. f) Security: Statement regarding capability to obtain the required industrial security clearances for personnel. Statement regarding ability to meet the requirements in the Facility and Safeguarding requirements relevant to classified information. Written responses shall be no more than 15 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. Responses to this Notice shall be sent via e-mail to the contract specialist and contracting officer listed on this Notice. Submissions must be received by the contract specialist and contracting officer listed on this Notice no later than 15 calendar days after the date of this Notice. Questions regarding this sources sought must be emailed to the contract specialist and contracting officer listed in this Notice. Please do not inquire via telephone. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.) other than those transmitted by email will not be considered. All responses must include the following information: Company Name, Cage Code, Address; Company business size under NAICS Code 541511; and POC name, phone number, fax number, and email address. RBC, Inc. provides Contractor Support Services (CSS) to PMA-264. RBC employees will help form the requirements and RBC therefore will not be allowed to bid on the GRAMS Engineering Tool Enhancements at either the prime or sub level. Place of Contract Performance: Maritime Surveillance Associates (MSA), 39 Peterson Lane, Brunswick ME 04011