Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
SOURCES SOUGHT

R -- Communication-Electronics Advanced Technology (CEAT) - June 2014 Sources Sought - Questions & Answers from Follow-on Event in Seaport - Original Sources Sought & Industry Day Information

Notice Date
6/6/2014
 
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
N00421-14-R-0383
 
Archive Date
7/8/2014
 
Point of Contact
Kristen W. Ferro, Phone: 3017377554
 
E-Mail Address
kristen.ferro@navy.mil
(kristen.ferro@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft LOE from 9 December 2013 December 9, 2013 Revised Sources Sought Announcement & Request for Capability Statements Original Sources Sought List of Questions and Answers Industry Day Attendees Industry Day Small Business Slides Industry Day Presentation Draft LOE from July 2013 Draft Minimum Personnel Qualifications from July 2013 Draft SOW from July 2013 Original Sources Sought/Industry Day Announcement from July 2013. Please note that Attachment 2 to this original package was the Base Access form to gain access to the Industry Day and was therefore deemed unnecessary to repost in this notice. Questions & Answers from CEAT Follow-on Event in Seaport-e beginning in January 2014. No other information was provided via this event. CEAT OCI List CEAT Draft LOE to be used with June 2014 Sources Sought CEAT Draft PWS to be used with June 2014 Sources Sought June 2014 Sources Sought INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department (AIR 2.5.1.3), Patuxent River, MD is posting this Sources Sought to determine the interest in this requirement and determine if that interest warrants a full and open competition or a set-aside under the National Capital Zone 2 for support to NAWCAD Special Communications Requirements (SCR) Division (4.5.11), for the Communications-Electronics Advanced Technology (CEAT) systems. The effort will provide support for the SCR Division in support of the research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and/or logistics of CEAT systems. This procurement was previously synopsized in the Seaport-e portal to all eligible Zone 2 business firms in July 2013. Capability statements were requested via the Seaport-e portal from all Zone 2, large and small businesses interested in the procurement in December 2013. NAWCAD hosted an industry day providing a presentation explaining the technical nature of the requirement and a tour of the systems that will be covered under this effort at Webster Field, St. Inigoes on 7 August 2013. Information provided at the Industry day included a PowerPoint presentation and a tour of a local on-base facility. A list of attendees and the PowerPoint presentation provided is available for review in this notice. Questions received in the Seaport-e portal and the responses are also available for review in this notice. The information is outdated, may be inaccurate and should not be utilized for planning/preparation purposes. The Government does not intend to host another industry day. The Government created a second event in Seaport-e in January 2014 due to the Contract Specialist losing access to the original Sources Sought event. The purpose of this event was only for questions and answers. A list of these questions and answers are available for review in this notice. No other information was provided via this event. The Government's acquisition strategy has changed and now the Government intends to procure these services outside of Seaport-e and is interested in determining if any additional small or large businesses are interested in the CEAT procurement. All large and small businesses that are interested should send in a capability statement. OFFERORS WHO PREVIOUSLY RESPONDED NEED NOT RESPOND. This Sources Sought is a market research tool and the results will be used to determine potential sources. The attached Draft Performance Work Statement (PWS) and Draft Level of Effort (LOE) provide additional information about the required tasking. If your company has any questions about the structure of the PWS, or areas that may need further definition, please also identify those in the response. Since the resultant task order will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon task order award. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. This Sources Sought will also be utilized to identify that adequate competition exists among large businesses if this is not a Small Business Set-Aside. The Government anticipates and estimates a contract award for these services to occur in calendar year 2015. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor St. Inigoes, MD Approximately 20% Approximately 80% 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 TASK ORDER 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." PROGRAM BACKGROUND The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Requirements (SCR) Division, Patuxent River, St. Inigoes, Maryland supports numerous Department of Defense (DoD), Executive Branch, and other Federal Agencies by performing various engineering, research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and logistics support services related to Communications-Electronics Advanced Technology (CEAT) systems. CEAT systems entail analog and digital, communication/telecommunication, voice, data, video (to include Video Teleconferencing (VTC), Distance Learning, and Briefing and Display Systems (BDS)), imagery, information warfare, cyberwarfare, cyber security, information assurance, virtual labs, distributed processing and neural and information network, systems, subsystems, and equipment. These systems are employed on various air, shore, manpack/handheld, transportable, boat, and vehicular platforms to support defense and agency forces operations network and information technology systems. This requirement is a follow-on procurement to task order N00178-04-D-4024-4Y01 currently being performed by Booz, Allen & Hamilton (BAH) of McLean, Virginia. The existing task order is a Cost Plus Fixed Fee (CPFF) effort. This task order is due to expire 15 December 2014. The Government anticipates and estimates a contract award for these services to occur in calendar year 2015. REQUIRED CAPABILITIES The contractor shall provide support services and incidental supplies to the SCR Division in support of the research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and/or logistics of CEAT systems. Please see the attached Draft PWS for specific requirements. The tasking associated with this effort is performance based (term and completion) tasking. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a "Top Secret" Facility Clearance and a "Top Secret" Safeguarding Clearance. ELIGIBILITY The applicable NAICS Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $35.5 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) for this effort will be AC65 R&D - Defense System: Electronics/Communication Equipment (Operational Systems Development). ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A Draft PWS (including historical/projected personnel qualifications) and Draft historical/projected Level of Effort are attached for review. Please note these documents are subject to change. Feedback from industry is being sought on the PWS, and suggestions/recommendations on CLIN structure for the basic contract award. Industry is also being solicited to suggest performance metrics related to each PWS task area. Interested parties are requested to submit a capabilities statement of no more than a recommended ten (10) pages in length in Times New Roman font of not less than 10 pitch. This documentation must address at a minimum the following items: 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) Can or has your company managed a team of subcontractors before? If so, provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.0 through 3.11 of the PWS Technical Requirements. If the company finds itself not capable to perform all parts of the PWS, please specify which portions of the PWS it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. Also, if the company has any questions about the structure of the PWS, please also identify those in the response. 5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the five year ordering period. 6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations and a DUNs number. 7) Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 8) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9) Based on review of the Draft PWS, does your company believe any of the SOW tasks 3.0 - 3.11 could be split into a separate award? Why or why not? The period of performance consists of a 5 year ordering period with performance estimated to begin in calendar year 2015. The contract type is anticipated to be a Single Source Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee (CPFF) Term (LOE) and CPFF Completion CLINs. The total LOE for the five years is estimated at 1,981,074 man-hours. Individual task orders will be issued as needed to support specific projects as program requirements and tasking becomes further defined. The Government anticipates the following CLIN structure for the IDIQ contract award: 0001 Labor Term (CPFF) 0002 ODC Term (Cost) 0003 Data Term (NSP) 0004 Labor Completion (CPFF) 0005 ODC Completion (Cost) 0006 Data Completion (NSP) Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kristen Ferro, in either Microsoft Word or Portable Document Format (PDF), via email at kristen.ferro@navy.mil. The deadline for capability statement submission is 1400 EDT, 23 June 2014. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Kristen Ferro at kristen.ferro@navy.mil, in either Microsoft Word or Portable Document Format (PDF). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-14-R-0383/listing.html)
 
Record
SN03388520-W 20140608/140606234936-2790162dd5e852fef456cb49eadf09f5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.