Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2015 FBO #4913
MODIFICATION

A -- IDS Systems Engineering

Notice Date
5/6/2015
 
Notice Type
Modification/Amendment
 
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
459IDS
 
Archive Date
9/12/2014
 
Point of Contact
Rhonda G. Garcia, Phone: (301)737-7555, Frank R. Douglass,
 
E-Mail Address
rhonda.garcia@navy.mil, frank.douglass@navy.mil
(rhonda.garcia@navy.mil, frank.douglass@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Due to changes in government requirements, additional market research is required to determine if a set aside for small business is appropriate for this revised effort. The government anticipates issuing a new sources sought under solicitation number N00421-15-R-0036 the first quarter of FY 2016. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Original Sources Sought Synopsis from July 28 2014) INTRODUCTION The Naval Air Warfare Center Aircraft Division Contracts Department (AIR 2.5.1.4), Patuxent River, MD announces its intention to procure on a competitive basis the services necessary to provide support to the Identification Systems (IDS) Division (Code 4.5.9), St. Inigoes, MD. This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. 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 Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, St. Inigoes, is engaged in the design, development, integration, test and evaluation, installation, fielding, certification, maintenance, and logistics support of Combat Identification; Non-Cooperative Target Recognition (NCTR); Air Traffic Control (ATC) equipment, systems and subsystems; and advanced technologies development. The purpose of this contract is to provide the Identifications Systems (IDS) Division with the engineering and technical services essential to these mission functions in the field of Navy/DoD/commercial activity Combat Identification and ATC systems. This is a follow-on to previous efforts. This is a re-compete of N00421-10-D-0021 which expires in September 2015. N00421-10-D-0021 is an Indefinite Delivery Indefinite Quantity (IDIQ) contract with cost-plus-fixed-fee type task orders. The follow-on contract will have a base year plus 4 option years. The incumbent is ManTech Systems Engineering Corporation. Place of Performance: Government Site (90%; Patuxent River NAS and Webster Field, St. Inigoes) and Contractor Site (10%) REQUIRED CAPABILITIES The Identification Systems (IDS) Division is responsible for research and analysis, technology assessment, requirements analysis, risk analysis, performance analysis and design engineering, test bed design and development, system test and evaluation, interface engineering, system integration engineering, installation and checkout planning, field engineering and technical support, engineering documentation, training services and quality assurance. A Draft Performance Based Statement of Work (PBSOW), Draft CDRLS, Draft Personnel Qualifications Descriptions, and Draft Labor Hour Estimate are attached for review. ADDITIONAL INFORMATION A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance. Safeguarding of classified information is required under this contract and shall be at a "Secret" level. The period of performance consists of a base year and four one-year options with performance commencing on 01 October 2015. The contract type is anticipated to be Cost Plus Fixed Fee. The Level of Effort for the five year period of performance is estimated at 450,240 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. ELIGIBILITY The applicable NAICS Code for this requirement is 541330 with a Small Business Size standard of $38.5 Million. The Product/Service Code (PSC) for this effort is AC65. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. Because the anticipated task order type is Cost Plus Fixed Fee, offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of a cost-type contract. SUBMISSION DETAILS 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. Interested businesses should submit a brief capabilities statement package that 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? This should include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft SOW. 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 outlined in the draft SOW? 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, CAGE code, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, 8(a), or Service-Disabled Veteran-Owned Small Business Concern. •8.) Include in your response your ability to meet the Facility and Safeguarding requirements outlined above. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). To assist the Government in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. Your response to this Sources Sought shall be electronically submitted to the Contract Specialist, Cindy Wilson, in either Microsoft Word or Portable Document Format (PDF) via email at cindy.wilson@navy.mil. The deadline for response to this request is 3 pm, Eastern Standard Time, 28 August 2014. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. No phone calls will be accepted. Questions can be submitted via e-mail to the Contract Specialist at cindy.wilson@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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/459IDS/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division - Webster Field Annex, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN03722170-W 20150508/150506235610-5f45a70427d11ec26b6cf9342012fafe (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.