Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2014 FBO #4648
SOURCES SOUGHT

A -- IBAR Support NAWCWD

Notice Date
8/14/2014
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 429 E. Bowen Rd - Stop 4015, China Lake, California, 93555-6100, United States
 
ZIP Code
93555-6100
 
Solicitation Number
N6893614R0149
 
Archive Date
9/20/2015
 
Point of Contact
Beth A. Steude, Phone: (760) 939-8195, Mary K Jacobs, Phone: (760) 939-6043
 
E-Mail Address
beth.steude@navy.mil, mary.jacobs@navy.mil
(beth.steude@navy.mil, mary.jacobs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Warfare Center Weapons Division Contracts Department (AIR 2.0), China Lake, CA announces its intention to procure on a competitive basis to provide information technology, systems engineering, analysis support, air warfare analysis, administrative and documentation services to the Integrated Battlespace Arena (IBAR) and supporting NAWCWD organization. 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. Furthermore, this market research tool is being used to identify potential and eligible Zone 2 firms, of all sizes, prior to determining the method of acquisition and issuance of a Solicitation. PLACE OF PERFORMANCE Location China Lake, CA 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 Integrated Battlespace Arena (IBAR) is a collection of modeling and simulation (M&S) facilities and capabilities established to provide a realistic environment for weapon system test and evaluation in a secure environment at the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake. The IBAR supports multiple Acquisition Category (ACAT)-1D programs within its complex of laboratories. The range of services includes component level testing of weapon systems to full force-level battlespace engagements. The IBAR is capable of linking geographically distributed facilities and ranges to a virtual environment to perform Research, Development, Test and Evaluation (RDT&E) in a synthetic battlespace environment. Laboratories with the IBAR include the Real-Time Hardware-in-the-Loop (HWIL) Lab, Dual-Mode Laboratory, Mission Planning Facility, Electro-optical / Infrared (EO/IR) Systems Evaluation Laboratory, Global Positioning System / Inertial System (GPS/INS) Lab, Unmanned Systems Lab, IR Scene Presentation Laboratory, Navigation Laboratory (NavLab), Imagery Exploitation Lab, Mission Planning Lab; Virtual Prototyping Facility (VPF), and Data Link Network Integration Facility (DLNIF). REQUIRED CAPABILITIES The Contractor shall provide a mix of live, virtual, and constructive (LVC) modeling, simulation, analysis (MS&A), and report writing resources and support to research, assess, analyze, design, develop, test, and evaluate new and existing war fighting assets within a realistic mission context. These efforts will be performed in accordance with current work process disciplines and additional items related to studies, analysis, planning and acquisition components. Areas of support include, but are not limited to, integrating the Joint Improvised Explosive Device Defeat Organization (JIEDDO) live and simulated test results into the IBAR, specifically the Warfighter Support Portal (WaSP) phase II, a central repository for test and analysis data generated from LVC test events and used for mission planning along with SES (Secure Enterprise Search), GRID (Geographically Referenced Intelligence Database), and TAG Files (Technical Analysis Group Files); simulation assessments to evaluate mission execution in a realistic environment; and the broad range of technical and administrative services along with documentation inherent in the engineering and analysis process. 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 AC55. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Based Statement of Work (PBSOW) is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than 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? 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 PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as 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. The estimated period of performance is a total of five years, incrementally funded. The contract type is anticipated to be a Cost-Plus-Fixed-Fee Term Type. 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, Beth Steude, in either Microsoft Word or Portable Document Format (PDF), via email at beth.steude@navy.mil. The deadline for response to this request is 2:00 pm, PST, 20 September 2014. 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. All questions must be submitted to the Contract Specialist. 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/N68936D2/N6893614R0149/listing.html)
 
Record
SN03465297-W 20140816/140814235659-e5d76dabebb0562716871851881710cc (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.