ELECTRONIC CHART PRECISE INTEGRATED NAVIGATION SYSTEM (ECPINS) SOFTWARE
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Aug 08, 2023 01:55 pm CDT
- Original Response Date: Aug 24, 2023 12:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Sep 08, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7A20 - IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 513210 - Software Publishers
- Place of Performance: V5G 4L6CAN
Description
SOURCES SOUGHT ANNOUNCEMENT FOR ELECTRONIC CHART PRECISE INTEGRATED NAVIGATION SYSTEM (ECPINS) SOFTWARE
The purpose of this Sources Sought notice is to comply with Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award a FFP contract on a sole source basis OSI Maritime Systems Limited, 400 – 4585 Canada Way, Burnaby, British Columbia, Canada, for the acquisition of program wide level license for Electronic Chart Precise Integrated Navigation System (ECPINS) software for the Ship to Shore Connector (SSC) and Landing Craft Utility (LCU) programs. ECPINS is the electronic charting system selected by PMS 317 for the SSC and LCU platforms.
The estimated delivery is 30 days after award of contract or 30 days after exercise of option. The anticipated contract will contain a twelve (12) month base period with delivery and in service support followed by two option years of in service support. After the initial three years, there will be three additional option years of in service support. The Government’s minimum needs have been verified by the certifying technical and requirements personnel.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice.
SUBMISSION CONTENT: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following:
a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base.
b) NSWC PCD requests that companies respond by submitting (1) a summary outline and capabilities statement showing how requirements (summarized above) for the acquisition of Sensor Interface Units will be met; (2) contract numbers and descriptions for similar type work and products as evidence of capabilities; (3) a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement; (4) any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability.
This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the Government’s capability assessment.
Attachments/Links
Contact Information
Contracting Office Address
- PANAMA CTY DIVISION 110 VERNON AVE
- PANAMA CITY BEACH , FL 32407-7001
- USA
Primary Point of Contact
- Julia Phillips
- julia.m.phillips8.civ@us.navy.mil
Secondary Point of Contact
- Ashley Majtyka
- ashley.a.majtyka.civ@us.navy.mil
History
- Sep 23, 2023 10:55 pm CDTPresolicitation (Original)
- Sep 08, 2023 10:55 pm CDTSources Sought (Original)