Inactive
Notice ID:N00178-19-Q-4032
This Sources Sought is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. The Naval Surface Center, Dahlgren Division (NSWCDD) intends to procure the developm...
This Sources Sought is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. The Naval Surface Center, Dahlgren Division (NSWCDD) intends to procure the development, repair, and procurement of Global Positioning System/Inertial Navigation System (GPS/INS) and Selective Availability Anti-Spoofing Module (SAASM) Systems. This requirement is in support of the Battle Management System (BMS). The effort will be solicited in accordance with other than full and open competition with Applied Systems Engineering, Inc, (ASEI), who is uniquely qualified to conduct the tasks required by this effort and who is the sole supplier of the Advanced Tactical Navigator (ATACNAV) system. The ATACNAV systems are the only GPS receivers with the form, fit, function, capability and mechanical design footprint of the current BMS program design. Additionally, no other GPS units have a firmware or operational software that is compatible with the BMS fire control and weapon control systems. ASEI currently has the proprietary rights of the firmware on the fielded units already in use in the fleet. Only ASEI can produce the ATACNAV units and thus is the only supplier who can provide the GPS/INS and SAASM Systems required by the BMS program. In accordance with FAR 5.207(c)(16), all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. A Firm-Fixed-Price ID/IQ contract is anticipated over a 60-month period. 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, 8A, 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) List prospective Sub-contractors and provide a statement with metric that contain sufficient information concerning the ability to meet the Government limitations in FAR 52.219-14 Limitations on Sub-contracting. General statements, not supported by the specific information requested above, will not be considered responsive. Questions or clarifications: All questions in response to the Sources Sought should be e-mailed to the Contract Specialist: Teresa Spiker, teresa.spiker@navy.mil and the Contracting Officer: Amy Richards, amy.t.richards@navy.mil with e-mail title to include: "Capability Statement ATACNAV Procurement and Repair - N00178-19-Q-4032" in subject line. Capability Statements shall be provided by e-mail to Teresa Spiker (teresa.spiker@navy.mil) and to Amy Richards (amy.t.richards@navy.mil) no later than 1200 EST on Wednesday, 29 March, 2019. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal. This is not a request for competitive proposals. NO SOLICITATION EXISTS AT THIS TIME. 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.