Federal Bid

Last Updated on 08 Jan 2020 at 9 PM
Sources Sought
Ridgecrest California

Airborne Threat Simulation Organization (ATSO) Millimeter Wave Power Modules (MMPM)

Solicitation ID N6893620R0092
Posted Date 08 Jan 2020 at 9 PM
Archive Date 22 Jan 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Air Warfare Center
Agency Department Of Defense
Location Ridgecrest California United states 93555

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 and their size classifications relative to the North American Industry Classification Systems (NAICS) code 334419 for Electronic Components which has a corresponding size standard of 750 employees. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published.
(2) PROGRAM DESCRIPTION: This requirement is for Millimeter Wave Power Modules, P/N 1611AS12205, 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 Statement of Work (SOW) for specific requirements.
(4) PLACE OF PERFORMANCE: Contractor Facility.
(5) CONTRACT TYPE: The Government is considering a Firm Fixed Price (FFP) contract.
(6) SPECIAL REQUIREMENTS: Please refer to the attached SOW for special requirements, such as 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 N6893620R0092 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 N6893620R0092 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
FBO POSTING REQUEST
work to be accomplished by the teaming partners;
h) 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 SOW;
i) 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
j) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance theGovernment’s consideration and evaluation of the information submitted.


Questions and comments are highly encouraged.
An opportunity for a site visit will be offered after the solicitation is issued. - No
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/.

Bid Protests Not Available

Similar Past Bids

Ridgecrest California 20 Aug 2020 at 11 PM
Ridgecrest California 28 Oct 2020 at 8 PM
Ridgecrest California 09 Dec 2020 at 7 PM
Ridgecrest California 20 Nov 2020 at 10 PM
Ridgecrest California 23 Nov 2020 at 9 PM

Similar Opportunities

Aberdeen proving ground Maryland 01 Oct 2025 at 3 PM
Aberdeen proving ground Maryland 01 Oct 2025 at 3 PM
Colorado 17 Jul 2025 at 4 AM (estimated)
Colorado 17 Jul 2025 at 4 AM (estimated)