Inactive
Notice ID:N6893619R0016
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA, intends to issue an RFP on a sole source basis to Jacobs Technology Inc. based on the Federal Acquisition Regulation 6.302-1 jus...
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA, intends to issue an RFP on a sole source basis to Jacobs Technology Inc. based on the Federal Acquisition Regulation 6.302-1 justification for only one responsible source and no other supplies or services will satisfy agency requirements. Jacobs Technology Inc. is the current designer and operator of the Launch Test Complex (LTC) and the only source able to perform these efforts in the timeline required to meet fleet needs. The effort requires upgrade, redesign, and operation of the current Launch Test Capability (LTC) at China Lake, CA, to include site re-activation, test and evaluation, support to enable fielding or deployment, as well as upgrade, design and fabrication of a Test Payload Tube (TPT), Launch Test Stand (LTS), Launch Test Vehicle(s) (LTV), Advanced Payload Module (APM), Cross Flow (CF) Simulator and Control and Data Acquisition Next Generation (CDAS-NG). The upgraded LTC, now referred to as the Air Launch Test (ALT) complex, will provide air launch testing/capability for additional weapons systems. This effort also requires conceptual design support and operation of an Underwater Launch Test Capability (ULTC), which will include which will include providing schedule updates, design and fabrication of underwater variants of a TPT, LTS, LTV, APM, Underwater Vehicle Arrestment System (UVAS), CF Simulator and CDAS-NG. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference the request for proposal number N68936-19-R-0016 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Written 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 15 days from this notice date. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number. Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration. Additionally, Effective June 29, 2018, all non-Federal entities who create or update their registration in SAM.gov, have a notarized letter on file within 30 days of registration. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate.