SOURCES SOUGHT
A -- Ground Replay System Engineering Tool - Statement of Work
- Notice Date
- 7/29/2014
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design 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-0074
- Archive Date
- 9/6/2014
- Point of Contact
- Theodore G Smith, Phone: (301) 757-6544, Michael J. Coon, Phone: 301-757-7114
- E-Mail Address
-
theodore.smith@navy.mil, michael.coon@navy.mil
(theodore.smith@navy.mil, michael.coon@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work - Ground Replay System Engineering Tool Enhancements Sources Sought Notice Introduction The Naval Air Warfare Center Aircraft Division Contracts Department (AIR 2.5.1.13), Patuxent River, MD announces its intention to award a sole source contract to Raytheon BBN Technologies Corporation to procure continued development of software/hardware and improvements of the Ground Replay System engineering tool to support coherent processing and displays to provide a Multi-static Active Coherent (MAC) Post Flight Analysis (PFA) capability on Maritime Patrol Reconnaissance Aircraft. In addition, this contract seeks to propose, refine, and enhance the algorithms used in the waveform-dependent MAC signal processing chain. Other interested parties may identify their interest and capability to respond to the requirement no later than (22 August 2014). This procurement is being awarded sole source on the basis of FAR 6.302-1. Place of Performance Location % On-Site Government % Off-Site Contractor Patuxent River, MD 10% 90% 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." PROGRAM BACKGROUND The Multi-static Active Coherent (MAC) system represents a new tactical phase in Anti-Submarine Warfare (ASW) supporting the Maritime Patrol Reconnaissance Aircraft (MPRA) community. Along with the current MAC system, the Naval Air Systems Command (NAVAIR) is introducing expanded MAC enhancements with new concurrent capabilities requiring extensive PFA functionality. MPRA ASW effectiveness relies on effective and timely post mission analysis. The Ground Replay System (GRS) is a rapid post-analysis PFA tool that has effectively provided a sustained ability to replay MPRA mission data until such time improvements/upgrades/updates to the Tactical Mobile Acoustic Support System (TacMASS) are available to the Fleet users in a Tactical Mobile (TacMobile) release/delivery. This requirement is a follow-on procurement to contract N00421-10-C-0045 currently being performed by Raytheon BBN Technologies, Inc. The existing contract is Cost Plus Fixed Fee type. This contract is due to expire 31 May 2015. Performance under this effort requires the contractor have access to classified information up to and including TOP SECRET. ELIGIBILITY The applicable NAICS code for this requirement is 541512 with a Small Business Size Standard of $25.5 M. The Product Service Code is AJ45. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Requirements: See attached SOW SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 pt. font minimum) demonstrating ability to perform the services listed in the SOW. 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, organizations supported, indication of whether a prime or a subcontractor, contract values, Government Point of Contact (POC) with current telephone number, a brief description of how the contract referenced relates to the services described herein; (2) a company's ability to be compliant with SEI Capability Maturity Model (CMMI) Level II with regard to software development and system integration (hardware, software, testing, project management); (3) company cage code; (4) resources available such as corporate management and currently employed personnel to be assigned tasks under this effort to include professional qualifications, specific experience of such personnel, and ability to have personnel located at the sites specified; (5) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (6) provide documentation of the company's ability to begin performance without delay upon contract award projected on 23 January 2015. Estimated Period of Performance is 60 months. The capability statement package may be sent by mail to Theodore Smith (Code 2.5.1.13.4), Building 441, Naval Air Systems Command, 21983 Bundy Road, Unit 7, Patuxent River, MD 20670, by facsimile to (301) 995-1138, or by email to theodore.smith@navy.mil. Submissions must be received at the office cited no later than 12:00pm Eastern Time on 22 August 2014. Questions or comments regarding this notice may be addressed to Theodore Smith via email theodore.smith@navy.mil All responses must include the following information: Company Name, Cage Code, Address; Company business size under NAICS Code 541512; and POC name, phone number, fax number, and email address. RBC, Inc. provides Contractor Support Services (CSS) to PMA-264. RBC employees will help form the requirements and RBC therefore will not be allowed to bid on the GRS Engineering Tool Enhancements at either the prime or sub level.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-14-R-0074/listing.html)
- Place of Performance
- Address: 1300 North 17th Street, Suite 400, Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN03441671-W 20140731/140729235240-fa64b256cfda6e0b98f18ff0d953d1b9 (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 |