Inactive
Notice ID:N0017819Q4033
This Sources Sought is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis ...
This Sources Sought is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet. The Naval Surface Center, Dahlgren Division (NSWCDD) intends to acquire continued support for integrating existing, new, or modified Iridium devices and Iridium network capabilities for NSWCDD Intelligence, Surveillance, and Reconnaissance (ISR) requirements. The procurement is required to support the Asymmetric Systems Division. The effort will be fulfilled through other than full and open competition with NAL Research, who is uniquely qualified to conduct the efforts required by this effort. NAL Research is an engineering company focused primarily on designing and manufacturing custom Iridium compatible products such as Shout TS, Nano Shout, 9602/03LP, 9602GSM, 9603 Rx, and other NAL products using proprietary Iridium components such as modems and custom Application Specific Integrated Circuits (ASICs). NAL is the only Iridium authorized Value Added Manufacturer (VAM) with access and rights to the Iridium intellectual property for both the 9602/9603 modems and the 9555/9575 handsets. NAL is the only Iridium certified VAM authorized to modify Iridium proprietary devices pertaining to the 9602/9603 and 9555/9575 into custom solutions, no other company can modify or improve these devices. Only the Iridium network provides the coverage required by the Government. NAL Research holds exclusive specific rights to Iridium intellectual property (IP) that is not available through other sources. Only the Iridium 9602/9603 modems and 9555/9575 handsets can meet the Government's requirements. 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 are to be submitted via email to the Contract Specialist: Ms. Sheila Ballard, sheila.ballard@navy.mil and Contracting Officer: Ms. Amy Richards amy.t.richards@navy.mil, with email title to include: "Capability Statement Iridium Device Modification Support - N00178-19-Q-4033" in subject line. Capability Statements shall be provided by e-mail to Ms. Sheila Ballard (Sheila.ballard@navy.mil) no later than 1200 EST on DD 19 April 2019. 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 Sheila Ballard CS024; 540-653-4702; Fax 540-653-7276 or sheila.ballard@navy.mil.