(2) PROGRAM DESCRIPTION: This requirement is for engineering, program, and technical administrative services that will significantly improve and maintain the Airborne Threat Simulation Organization's capabilities as a leader in electronic attack (EA) and active emitter systems for the simulation of threats against US forces in a dynamic electronic warfare environment.
(3) REQUIRED CAPABILITIES: Please refer to the attached DRAFT Statement of Work (SOW) for specific requirements.
(4) PLACE OF PERFORMANCE: Please refer to the attached DRAFT SOW for specific locations of performance.
(5) CONTRACT TYPE: The Government is considering a cost plus fixed-fee (CPFF) level of effort contract.
(6) SPECIAL REQUIREMENTS: Please refer to the attached DRAFT SOW for special requirements such as foreign military sales (FMS) case work and security information.
(7) ADDITIONAL INFORMATION: N/A
(8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above and within the attached DRAFT SOW may submit a written response. The written response shall reference solicitation number N6893617R0048 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work.
Contractor responses shall also include the following information:
a) A reference to the solicitation number N6893617R0048 and brief title of this announcement;
b) Company name and address;
c) Company's point of contact name, phone number, and e-mail address;
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 if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business;
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) Identify anticipated solution for addressing work to be performed under FMS Case referenced in attached DRAFT SOW;
i) A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above and within the attached DRAFT SOW, including specific plans on how to address FMS case work as described in the DRAFT SOW;
j) An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and
k) 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.
Questions and comments are highly encouraged.
An opportunity for a site visit will not be offered after the solicitation is issued.
Vendors should appropriately mark any data that is proprietary or has restricted data rights.
Responses shall be submitted by e-mail to the point(s) of contact listed above no later than 30 days from this notice date.
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.
Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.