A Pre-Solicitation Notice with regards to this requirement will be released on the FedBizOpps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
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.
INTRODUCTION
The Naval Air Warfare Center - Aircraft Division (AIR-2.5.1.11) at Patuxent River, MD announces its intent to procure, on a sole-source basis, GDP Space Systems MD2267B Best Source Selector for the Atlantic Test Range for an increase in mission support workload.
The parts listed below constitute the GDP Space Systems Best Source Selector Components.
Part # Description QTY MD2267B-M16-04 Sixteen Channel Unit with Four BSS Group Outputs 2 OP2267B-22 Ethernet Remote Control 2 OP2267B-01 Extended Bit Rate - 16 Channels (40 Mbps) 2 OP2267B-89 Chassis Slides 2 781-100245-04-xx Squid cables - Bit Sync TTL CLK and Data (These come in sets of 4 cables) 6
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the equipment described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
ELIGIBILITY
The PSC for this requirement is 7050; the NAICS is 334118 with a size standard of 1,000 employees.
All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-Economic Set-Aside.
ANTICIPATED DELIVERY
The anticipated delivery date is on or before 15 February 2019.
ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be Firm Fixed Price (FFP). This equipment shall be utilized on-site at Naval Air Station Patuxent River, MD Atlantic Test Range.
REQUIREMENTS
See attached SOW
SUBMITTAL INFORMATION
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the equipment listed in the attached SOW.
The capability statement package shall be sent by mail to AIR-2.5.1 Contracts, Shannon Canada, Code 2.5.1.11.1, Building 441, 21983 Bundy Road, Patuxent River, MD 20670 or by email to [email protected]. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 07 December 2018. Questions or comments regarding this notice may be addressed to
Shannon Canada at (301) 342-9093 or via email at [email protected].
All responses must include the following information: Company Name; Company Address; Company Business Size; and Point of Contact (POC) name, phone number, fax number, and e-mail address.