Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2015 FBO #5012
SOURCES SOUGHT

K -- Aircraft Electronic Warfare Support Systems Modifications - Sources Sought Template

Notice Date
8/12/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3a, 429 E. Bowen Rd. - Stop 4015, China Lake, California, 93555-6100, United States
 
ZIP Code
93555-6100
 
Solicitation Number
N6893615R0033
 
Archive Date
9/7/2016
 
Point of Contact
Corrine Gottshall, Phone: (760) 939-1878, Kim Matsunaga, Phone: (760) 939-7084
 
E-Mail Address
corrine.gottshall@navy.mil, kim.matsunaga@navy.mil
(corrine.gottshall@navy.mil, kim.matsunaga@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft AEA ETS Performance Work Statement (PWS) The Naval Air Warfare Center Weapons Division (NAWCWD) announces its intention to procure, on a competitive basis, the services necessary to upgrade EW specific jamming weapons system and mission planning software to keep pace with emerging threats, to ensure that jamming weapons system and mission planning interfaces are integrated and inter-operable within the Naval Aviation Enterprise (NAE) for the Airborne Electronic Attack Integrated Product Team (AEA IPT), Point Mugu, CA. The services are currently being performed by Engility Corporation and Wyle Laboratories under N68936-14-D-0015 and N68936-13-D-0035 respectively. The existing contracts are Cost Plus Fixed Fee term type. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms, of all sizes, capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The responses to this Sources Sought will be utilized to determine if any small business set aside opportunities exist. ELIGIBILITY The PSC for this requirement is K016; the NAICS is 541330 with a Small Business Size Standard of $38.5 M. All interested business are encouraged to respond. The Government is evaluating the possibility of establishing this requirement in its entirety or subset of its entirety as a small business set aside. Each respondent must clearly identify their business size in their capabilities statement. PROGRAM BACKGROUND The AEA IPT is a NAWCWD government and contractor team consisting of over 400 personnel stationed at Point Mugu, California that executes Capability Maturity Model Integration (CMMI) best practices. The team provides complete Electronic Attack (EA), Electronic Surveillance (ES), and Joint Mission Planning System (JMPS) Mission Planning systems, software, and mission data modifications for EA-6B, EA-18G, E-2C, MH-60R, F-35 (JSF), P-8A Multi-mission Maritime Aircraft (MMA), Next Generation Jammer (NGJ), and Broad Area Maritime Surveillance (BAMS). The team also provides jamming techniques optimization and world emitter databases to enable naval airborne Electronic Attack and Electronic Support implementation around the world. The teams are principally focused on EW for the Naval Aviation Enterprise (NAE). In support of these efforts, the AEA IPT also supports foreign military sales (FMS) efforts and executes foreign/domestic cooperative development efforts. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance consists of a 5 year ordering period. The anticipated start date is September 2016. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Fixed Fee (CPFF) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) with a total estimated Level of Effort of approximately 1,459,200 man-hours (1,920 hours per year) over a period of five years. These services shall be performed on-site (95%) at NAWCWD Point Mugu, CA, off-site at the contractor's facility (5%) located within 30 miles of NAWCWD Point Mugu, CA and at other locations specified in the attached Draft PWS.. REQUIREMENTS See attached Performance Work Statement (PWS) Services include software development for AEA electronic warfare (EW) mission planning systems and associated jammer management software within tactical jamming pods that includes weapon system integration, testing, development and review of Engineering Change Proposals (ECPs) and Configuration Management, conduct operational and maintenance training, and to correct jamming weapons system and mission planning deficiencies identified by fleet operators via the Program Related Engineering (PRE) process managed by AIR-4.0 for Commander, Naval Air Forces (CNAF). This procurement will include development of software modifications for use on existing EW systems and in-service mission planning hardware within the NAE, along with integration, test and evaluation, intelligence data analysis, threat analysis, threat defeat and EW mission data development related to jamming weapons systems and associated EW mission planning software. The deliverables on this contract will include all source code listings along with all associated engineering design and operating documentation that will allow the Government to compete any future requirements related to these supplies/services. The contract will include domestic, foreign military sales (FMS), and foreign/domestic cooperative development efforts. The labor categories anticipated to execute the contemplated services include: Engineer/Scientist V Program Manager, Senior Project Manager Systems Specialist, Senior (RF) Systems Analyst, Senior Software Engineer, Senior Engineer/Scientist IV Test Engineer Systems Analyst Systems Engineer Analyst, Senior Configuration Manager Analyst Engineer/Scientist III Computer Specialist, Senior Computer Specialist, Senior (Data Systems) Technical Writer III Financial Analyst, Junior In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award. SPECIAL REQUIREMENTS Each respondent must clearly demonstrate capability with software packages including Microsoft Visual Studio, Microsoft SharePoint, and IBM Rational Suite (DOORs, ClearQuest, ClearCase, Architect, Team Concert, Rhapsody and Quality Manager) in their capabilities statement. 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 point font minimum). This documentation must address, at a minimum, the following: 1. Demonstrate the ability to perform the services listed in the attached PWS; 2. Demonstrate the capabilities with software packages listed in the "Special Requirements" Section above. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern; 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; 5. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS; 6. Management approach to staffing this effort with qualified personnel such as resources in corporate management and currently employed personnel that could support this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; 7. Company's ability to begin performance upon contract award. 8. Ability to meet the facility and safeguarding requirements; Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Corrine Gottshall, in either Microsoft Word (fully compatible with Microsoft Office 2003) or Portable Document Format (PDF), via email to corrine.gottshall@navy.mil. Submissions must be received by 3:00 p.m. Pacific Time on 03 September 2015. Questions or comments regarding this notice may be addressed by email to corrine.gottshall@navy.mil. All responses must include the following information: Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. All documents submitted shall reference this synopsis number. Information and materials submitted in response to this request WILL NOT be returned. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d318ad1181cf21feb8847dac54faec1e)
 
Place of Performance
Address: Pt. Mugu, California, United States
 
Record
SN03834683-W 20150814/150812235024-d318ad1181cf21feb8847dac54faec1e (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.