The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide support to NSWCPD Code 515, which is responsible for The Landing Helicopter Dock and Landing Helicopter Assault (LHD/A) Machinery Control Systems (MCS) Land Based Test Environment (LBTE)
The purpose of this acquisition is to procure I/O Cables and for the Land Based Test Environment (LBTE). This acquisition will require the manufacturing and furnishing of VPX Chassis based on the specifications provided in the statement of work. Quantities are listed below.
• I/O Cable: Qty. 2,146 – Ruggedized Input/output (I/O) Cables manufactured using the materials listed below
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential firms under capable of providing the supplies/services described herein prior to determining the method of acquisition.
Capability Statements:
Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement. Capability Statements must address, at a minimum the following:
Section 1: Introduction. Identify the Sources Sought Number and Title
Section 2: Corporate Description.
(1) A complete description of the offeror’s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government’s objectives as stated in the attached PWS,
(2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort,
(3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement;
Section 3. Past/Current Performance. Suggested language: Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW.
Section 4. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information should include:
Attachment (1) DRAFT Statement of Work (SOW)
Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.
Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor’s accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Questions or comments submitted via email. Responses must be received no later than 5:00pm EST on 31 March 2025 by e-mail to [email protected]