SOURCES SOUGHT
R -- Warfare Analysis, Engineering & Technical Services - Package #1
- Notice Date
- 4/14/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- 1300200335
- Archive Date
- 4/12/2012
- Point of Contact
- Janiece M Shall, Phone: (301) 757-8951, Melinda K Stann, Phone: (301) 757-6526
- E-Mail Address
-
janiece.shall@navy.mil, melinda.stann@navy.mil
(janiece.shall@navy.mil, melinda.stann@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement INTRODUCTION The Naval Air Warfare Center Aircraft Division (AIR 2.5.1.3), Patuxent River, MD is seeking information for potential sources regarding warfare analysis, Modeling and Simulation (M&S), software development, and analytic program support to AIR 4.10, Program Executive Offices (PEOs), the Naval Aviation Enterprise (NAE), and the Office of the Chief of Naval Operations (OPNAV). Additionally, analytic efforts may be assessed relative to Joint capability requirements to provide time-phased capabilities within Joint Capability Areas (JCSs). Modeling, Simulation, and Analysis (MS&A) support will be performed at the campaign, mission and/or engagement levels to identify warfighting gaps, determine the effectiveness of various alternatives in meeting those gaps, and ensure engineering level performance and designs meet warfighting capabilities requirements - all of which will provide the analytic underpinning for capability based acquisition decisions. Conceptual, developmental, and existing subsystems, systems, System of Systems (SoS) and Family-of-Systems (FoS) with associated Concepts of Operation (CONOPS) and tactics, will be assessed within operational and tactical situations to derive optimal Naval warfighting capability requirements. The results of this Sources Sought will be utilized to determine if any Small Business Opportunities exist. All Small Business Set-Aside categories will be considered. These services shall be primarily performed at but not limited to the following locations: Patuxent River, MD; Arlington, VA; the surrounding metropolitan area; and the Contractor's (including sub-contractor) facility. 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. CONTRACT BACKGROUND This requirement is currently being procured under N00421-08-D-0008 with ManTech Systems Engineering Corporation. The Contract type is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost-Plus- Fixed- Fee (CPFF) and Firm Fixed Price (FFP) line items. The Government intends to award on a single source basis, with an estimated average 148,462 man-hours per year for a period of three years. The period of performance is comprised of one base year plus two option years. ELIGIBILITY The appropriate NAICS code is 541330, with a small business standard of $27 million and a product service code of R425. SUBMISSION DETAILS It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 10 point font minimum) demonstrating ability to perform the services listed above and in the tasks listed in the attached Statement of Work. This documentation must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether support was provided as a prime or subcontractor, contract value, Government point of contact with current telephone number and a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office location (s), DUNS number, and a statement regarding current small business status; (3) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (4) a statement regarding capability to obtain the required industrial security clearances for personnel. Parties should also address the approach to assignment of personnel resources and contractor performance in accordance with FAR 52.219-14. The capability statement package shall be sent electronically to Janiece.Shall@navy.mil and submissions must be received at the office sited no later than 3:00 p.m. Eastern Time on May 2, 2011. Questions or comments regarding this notice may be addressed at the following telephone number 301-757-8951 or via email at Janiece.Shall@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact(POC) name, phone number, fax number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/1300200335/listing.html)
- Place of Performance
- Address: NAWCAD, 21983 Bundy Road, Unit 7, Buld 441, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN02425056-W 20110416/110414234732-ef3b98cc2bba504c7d829d361f583272 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |