Skip to main content

An official website of the United States government

You have 2 new alerts

SOURCES SOUGHT – OCONUS/CONUS FIELD SERVICE REPRESENTATIVE (FSR) SUPPORT

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Mar 08, 2023 04:10 pm EST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

N0016423SNB46 – SOURCES SOUGHT – OCONUS/CONUS FIELD SERVICE REPRESENTATIVE (FSR) SUPPORT – PSC L058 – NAICS 541990

Issue Date: 23 FEB 2023 – Closing Date: 10 MAR 2023

SPECIAL NOTICE- SOURCES SOUGHT - The Naval Surface Warfare Center (NSWC) Crane Division Contracting Department, Crane, IN is seeking potential small business sources that are capable of providing requirements for Field Service Representative (FSR) for Electro-Optic/Infrared (EO/IR) technology in support of Operation Enduring Freedom, Operation Inherent Resolve and missions in Africa Command (AFRICOM), Pacific Command (PACOM), and other areas of operation as they become known. FSR support is required for systems primarily in the areas of the Multi-spectral Targeting System (MTS) Family of Systems within the Outside the Contiguous United States (OCONUS) and Contiguous United States (CONUS).

This procurement is anticipated to be a Non-Commercial Firm Fixed-Price (FFP), five-year, Indefinite Delivery Indefinite Quantity (IDIQ) service contract. The estimated contract is $50 million.

The draft Statement of Work (SOW), FSR Technical Manual, and draft CLIN structure are being provided with the issuance of the sources sought. Interested small businesses should submit a capabilities statement package of no more than fifteen pages demonstrating ability to perform the services outlined in the draft SOW.

All interested small businesses may submit questions and comments regarding the attached draft requirements documents. There is no page limit for questions/comments on the draft documents.

Responses to the Sources Sought shall include the following:

Submitter’s name

Mailing address (Street address, City, State, Zip code)

Business size and category (large, small, small disadvantaged, etc.)

Website address (if applicable)

DUNS number

Cage code

Government representative(s) Point of Contract (POC)

POC Telephone and email address

Announcement Number: N0016423SNB46

Responses shall be submitted in the following format:

Electronic (Adobe pdf or Microsoft Word) format

Not exceed ten pages in length

In 11 or 12-point, Times New Roman with normal (condensed) spacing

Margins of 1” or greater on all sides

Submitted via email

Proprietary Information: Submitters are responsible for clearly identifying proprietary information. Submissions containing proprietary information must have a cover page and each page containing such information clearly marked with such a label as “Proprietary”.

The Government will NOT provide funding to the interested party or submitter in response to this notice. The Government will not pay for any costs incurred in preparing a response to this sources sought.

This notice is issued solely for information and planning purposes and does not constitute a request for proposals (RFP) or obligation to issue a future RFP. Responses in any form are not offers, and this notice does not commit the government to contract for any supplies or services. Submissions in response to this notice do not imply, nor guarantee award of, or for, any potential future acquisition.

Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Submitters may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted at the same time the solicitation is posted.

Questions or inquiries should be directed to Harlie Arthur, Code 0231, telephone 812-381-7116 or e-mail harlie.m.arthur.civ@us.navy.mil.  Please reference the above solicitation number when responding to this notice.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History