Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2015 FBO #5146
SOURCES SOUGHT

R -- JEACO Electronic Warfare (EW) Engineering Services

Notice Date
12/24/2015
 
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
N6893616R0014
 
Archive Date
1/8/2017
 
Point of Contact
Aron DeMarco, Phone: 760-939-8896, Kim Matsunaga, Phone: (760) 939-7084
 
E-Mail Address
aron.demarco@navy.mil, kim.matsunaga@navy.mil
(aron.demarco@navy.mil, kim.matsunaga@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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. INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD) Joint Electronic Attack and Compatibility Office (JEACO), Point Mugu, CA intends to award a Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE), Indefinite Delivery Indefinite Quantity (IDIQ) contract on an other than full and open competition basis to Chesapeake Technology, International (CTI). Source code developed under prior contracts will be used as the baseline for this effort. However this Sources Sought is to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. 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. PLACE OF PERFORMANCE The software development is expected to take place at government and contractor facilities. The integration, test, and sustainment are expected to take place at Government installations to include laboratories located at the Naval Air Warfare Center Weapons Division, Point Mugu, CA. REQUIREMENTS This requirement is to support existing embedded and interface software development and sustainment for the modification, integration, and testing of networking services and applications support the following JEACO Products: AN/ALQ-231(V) Intrepid Tiger Electronic Attack System (IT II), Electronic Attack Payloads (EAP), Electronic Warfare Services Architecture (EWSA), Electronic Surveillance Systems, and Ground-based Electronic Warfare Systems. The contract type is anticipated to be Cost Plus Fixed Fee (CPFF), Indefinite-Delivery, Indefinite-Quantity (IDIQ) with an ordering period of four (4) years. The anticipated start date is September 2016. The total level of effort is estimated to be approximately 76,800 man-hours for 4 years. The following are examples of anticipated labor categories under this requirement: Computer Engineering, Computer Science, and Electronics Engineer. SPECIAL REQUIREMENTS The vendor shall have cleared facilities up to SECRET and qualified personnel up to TOP SECRET/SCI security clearance level by time of contract award. The successful awardees will be required to have a Government approved accounting system upon contract award. ELIGIBILITY The applicable NAICS code for this requirement is 541330 with a Small Business Size Standard of $38.5M. The anticipated Product Service Code (PSC) for this requirement is R425. 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 Interested parties are requested to submit a brief capabilities statement (no more than ten 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, at a minimum, the following: 1. Title of the requirement you are applying to. 2. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 3. Company Size (Small or Large according to the NAICS and size standard listed). If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 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 contract referenced relates to the services described in the DRAFT PWS. 5. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number. 6. Resources available of currently employed personnel to be assigned tasks under this effort to include professional qualifications, specific experience of such personnel, their level of EA/EW embedded and interface software experience, specifically utilizing Naval Air software processes. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Aron DeMarco, in either Microsoft Word (fully compatible with Microsoft Office 2003) or Portable Document Format (PDF), via email at aron.demarco@navy.mil. Questions or comments regarding this notice may be addressed by email to aron.demarco@navy.mil. No phone calls will be accepted. 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 fully protected from any release outside the Government. 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 this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/87ec749dddff74ef86854c70cbf57297)
 
Record
SN03978011-W 20151226/151224233302-87ec749dddff74ef86854c70cbf57297 (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.