Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2014 FBO #4716
SOURCES SOUGHT

A -- NAWC AD Communication Systems Integration Support (CSIS) - Draft CSIS documents

Notice Date
10/21/2014
 
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
N00421-15-R-0002
 
Point of Contact
Dawn Churchill, Phone: 301-737-2105, Kristen Ferro, Phone: 301-737-7574
 
E-Mail Address
dawn.churchill@navy.mil, Kristen.Ferro@navy.mil
(dawn.churchill@navy.mil, Kristen.Ferro@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - CSIS Base Access Form Attachment 4 - Draft CSIS Personnel Qualifications Attachment 3 - Draft CSIS LOE Attachment 1 - Draft CSIS SOW 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 for support to the NAWCAD for Integration Communications and Information Systems Division, AIR-4.11.3 is seeking to provide local integration support, advanced research and development support, engineering and technical support, quality management support, strategic and tactical airborne, land-based, mobile, sea-based, surface and sub-surface platforms. NAWCAD will host 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 19 November 2014 (see additional information below). ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SEND IN A CAPABILITY STATEMENT. The attached Draft Statement of Work (SOW) and Level of Effort (LOE) provide additional information about the required tasking. If your company has any questions about the structure of the statement of work, or areas that may need further definition, please also identify those in the response. Questions will also be accepted prior to the response deadline and the Government will attempt to provide answers; however the Government may not be able to respond to all questions submitted. Since the resultant contract will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon contract 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. Furthermore, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a Solicitation. 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. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor St. Inigoes, MD 15% 85% 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 CONTRACTAS 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 Davison (NAWCAD), Integration Communications and Information Systems Division, Patuxent River, St. Inigoes, Maryland, supports the Program Executive Office for Ships (PEO Ships), NAVSEA, and PEO C4I, the Naval Air Warfare Center Aircraft Division (NAWCAD) is tasked to design, procure, integrate, test, train, deliver, and support Command, Control, Communications and Computers (C4) systems, information systems, Unmanned Aerial Systems (UAS), and sensor systems for various Federal Agencies and for U.S. Navy platforms, including ships, unmanned aerial systems (UASs), and shore installations. ICIS Division is the lead capability integrator and product manager for the integration, test, production, and support of all systems involved with this effort. The contractor shall support ICIS Division's execution of tasks under this contract. This includes local integration support, advanced research and development support, engineering, logistics and technical support, quality management support, and technical management support of final end item products. The scope of the contract encompasses rapidly developed engineering designs and systems integration for end C4 products intended for immediate warfighter use, and may include strategic and tactical airborne, land-based, and mobile, sea-based surface and sub-surface platforms. The following are representative of the programs, systems, and technology areas to which the requested engineering and technical services may be applied: •· Military and commercial radio communication systems • · Information and computer network systems •· Command and control systems •· Unmanned Aerial Systems This requirement is a first time procurement. The Government anticipates and estimates a contract award for these survives to occur in the 3rd Quarter of Fiscal year 2016. REQUIRED CAPABILITIES The contractor shall provide support services for the development and integration of hardware, software, and associated interfaces for electronics and communications systems, to include military and commercial radio communication systems, information and computer network systems, command and control systems, and unmanned aerial systems. Further detail is provided in the Draft SOW attached to this announcement (Attachment 1). SPECIAL REQUIREMENTS - FACILITY AND SAFEGARDING REQUIRMENTS 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 $38.5 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 (INDUSTRY DAY) NAWCAD, Integration Communications and Information Systems (ICIS) Division, intends to hold an Industry Day at Webster Field, St. Inigoes, on 19 November 2014. The Industry Day will start at 1:00pm, Eastern Standard Time (EST). This scheduled Industry Day will enable potential Offerors to further understand the history behind the CSIS requirement as well as tour certain labs of specific interest to the ICIS Division for the intended requirement. The results of this Industry Day will also be utilized to help determine the Government's acquisition strategy. Attendance at the industry day is not a requirement and in no way affects any company from submitting a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation. To register for this industry day, send an email to Dawn Churchill, at Dawn.Churchill@navy.mil, by 10:00am EST on 05 November 2014. The email must provide the business name, address, attendee name(s), a point of contact phone number and email address, and a completed Contract Base Access Request Form (Attachment 2) if needed (please specify if you already have base access). The subject line of the email should read "CSIS Industry Day." Specifics, including directions, agenda, question forms, and ground rules will be provided by email upon approved registration. Due to space limitations, no more than two (2) representatives from each potential Offeror will be permitted to attend the site visit. All attendees must be U.S. Citizens. This industry day WILL NOT be rescheduled in the case that it is cancelled due to weather or any other Acts of God. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A Draft SOW (Attachment 1), Base Access Request (Attachment 2), Draft LOE (Attachment 3) and Draft Personnel Qualifications (Attachment 4) are attached for review. 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 through 3.9.5 of the SOW Technical Requirements. If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW 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 SOW, please also identify those in the response. Questions will also be accepted prior to the response deadline and the Government will attempt to provide answers; however the Government may not be able to respond to all questions submitted. •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. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(a)(l) and HUBZone Small Businesses (FAR 52.219-3(d)(1). Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the four ordering periods. •6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, 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 SOW, does your company believe any of the SOW tasks 3 - 3.9.5 could be split into a separate award for a small business set-aside? Why or why not? The estimated period of performance will consist of a 5 year ordering period, with performance commencing in April 2016. The Contract type is anticipated to be Cost Plus Fixed Fee Term Type and Firm Fixed Price, and the total Level of Effort for five years is estimated at 1,290,240 man-hours. The proposed Contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. 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, Dawn Churchill, in either Microsoft Word or Portable Document Format (PDF), via email at Dawn.Churchill@navy.mil. The deadline for capability statement submission is 03 December 2014 at 2pm EST. 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 via email to Dawn.Churchill@navy.mil. 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. 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/N00421-15-R-0002/listing.html)
 
Place of Performance
Address: NAWC AD, Integration Communications and Information Systems (ICIS) Divison, Webster Field, St Inigoes, MD., St Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN03554623-W 20141023/141021234107-c57dcd818f8b82151f46bf46df7ddc63 (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.