VX-9 Air To Ground Continued Analysis

expired opportunity(Expired)
From: Federal Government(Federal)
N0024423R0021

Basic Details

started - 26 Jan, 2023 (15 months ago)

Start Date

26 Jan, 2023 (15 months ago)
due - 16 Feb, 2023 (14 months ago)

Due Date

16 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
N0024423R0021

Identifier

N0024423R0021
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708219)DEPT OF THE NAVY (156830)NAVSUP (79085)NAVSUP GLOBAL LOGISTICS SUPPORT (14316)NAVSUP FLC SAN DIEGO (1806)NAVSUP FLT LOG CTR SAN DIEGO (1790)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The NAVSUP Fleet Logistics Center, San Diego – Seal Beach detachment (FLCSD) is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition for the for continued analytical, engineering and technical support of VX9’s Small Diameter Bomb II (SDB II), Long Range Anti-Shipping Missile (LRASM), Hard Target Void Sensing Fuze (HTVSF), and other ground attack weapons as may become necessary at Air Test and Evaluation Squadron NINE (VX-9) located at Naval Weapons Station China Lake, CA. VX-9 is tasked with the Operational Test & Evaluation (OT&E) of all USN/USMC tactical aircraft and associated weapons and avionics acquisition programs. The squadron uses the support of engineering, analytical and technical expertise in order to determine the effectiveness and suitability of existing weapons, equipment and munitions for military use.Specifically, VX-9 requires support in evaluating the operational effectiveness and suitability of
air-to-ground weapons during Integrated Test and Evaluation and Operational Test and Evaluation test phases. This effort requires support services including Flight Test Engineer (FTE); Configuration Management (CM); Data Management (DM); Data Base Administration (DBA); and Reliability, Maintainability and Availability (RM&A)which are not available organically. These services were previously provided under task order N00244-21-F-0064 which expired 15 June 2022. Aforesaid task order was awarded from a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract N00244-16-D-0004. The basic contract expired 30 September 2021 and was a hybrid Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) type effort which was competitively solicited on an unrestricted basis via FedBizOps and (4) proposals were submitted. FLCSD anticipates awarding a single Cost Plus Fixed Fee contract for the required services to commence around 01 April 2023. The period of performance will be for one year. The NAICS Code for this acquisition is 541330, and the work was previously performed by Zenetex. These services are highly technical and are not covered by the Service Contract Act. The purpose of this notice is to gather information about available businesses to that can aptly address ALL of the performance and security requirements as included in the Dra􀀂 Performance Work Statement as attached. In response to this sources sought synopsis, provide, via EMAIL ONLY; your CAGE a point of contact to include a phone and email address, and whether your company is large, small, disabled vet, woman owned, SDB, or hub zone. Interested parties are allowed to submit a capabilities statement which does not exceed 5 single spaced pages/times new roman font/12 pt. Capabilities shall include a clear demonstration of successful performance in the same or similar skills and expertise areas as well as the contractor’s resources in cleared personnel, and intellectual property, if applicable. Please note experience and capabilities specific to the requirement set for in the PWS. NO BROCHURES PLEASE.THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability and adequacy of potential competitive sources prior to issuing a Request for Proposal (RFP). The Government is not obligated to and will not pay for information received as a result of this synopsis. A draft statement of work is attached.Interested parties should submit above information in electronic Microsoft Word or PDF format to the contract specialist via email to: melissa.ferri@navy.mil. Submissions must be received via email no later than the date and time listing in this synopsis. Questions or comments regarding this notice shall be addressed to the Contract Specialist in writing and via EMAIL ONLY. No phone calls will be accepted.

Location

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Ridgecrest

Classification

naicsCode 541330Engineering Services
pscCode R425Engineering and Technical Services