(1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy.
(2) PROGRAM DESCRIPTION: Fleet Readiness Center Southwest (FRCSW) has a requirement for an Optical Measurement & Inspection System (OMIS) utilizing an Advanced Topometric Optical Sensor (ATOS 5 - a structured blue light scanner).
(3) REQUIRED CAPABILITIES: Requirement is for an Optical Measurement & Inspection System (OMIS) utilizing an Advanced Topometric Optical Sensor (ATOS 5 - a structured blue light scanner). Products such as a prototype unit, pre-production model, or experimental unit do not qualify as meeting the requirements specified herein. The OMIS shall consist of a Scan box or work area with a Robot Module with robot controller, System Master Controller, customization of robot cable guiding and connectors for ATOS 5 scanner, sensor adapter and carrier for robot module, for use with ATOS 5.
(4) PLACE OF PERFORMANCE: Naval Air Weapons Center, China Lake, CA, 93555/Fleet Readiness Center Southwest, Bldg. 90-2, Code 6.3, PO Box 357058, NAS North Island, San Diego, CA 92135-7058.
(5) CONTRACT TYPE: The Government is contemplating awarding a Firm Fixed Price (FFP) contract.
(6) SPECIAL REQUIREMENTS: N/A
(7) ADDITIONAL INFORMATION: N/A
(8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N6893619Q0397 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.
Contractor responses shall also include the following information:
a) A reference to the solicitation number N6893619Q0397 and brief title of this announcement;
b) Company name and address;
c) Company's point of contact name, phone, fax, and e-mail;
d) Declaration as to whether a U.S. or foreign company;
e) Company size (Small or Large according to the identified NAICS and size standard identified),
f) If your company is a small business, specify type(s),
g) Provide any anticipated teaming arrangements and delineate between work to be accomplished by
the prime and the work to be accomplished by the teaming partners,
h) A brief capabilities statement demonstrating ability to perform the specific requirements discussed above.
i) An list of previous requirements provided, similar to the requirement described in this posting.
j) Any other specific and pertinent information as pertains to this particular area of procurement that
would enhance the Government's consideration and evaluation of the information submitted.