Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
SOURCES SOUGHT

R -- AEGIS Engineering Services - Sources Sought attachment

Notice Date
4/1/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893616R0027
 
Archive Date
5/5/2017
 
Point of Contact
Alexandra Van�t Wout, Phone: 760-939-4982, Helen N. Xiong, Phone: 7609395124
 
E-Mail Address
Alexandra.vantwout@navy.mil, helen.xiong@navy.mil
(Alexandra.vantwout@navy.mil, helen.xiong@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS The Naval Air Warfare Center Weapons Division (NAWCWD) at China Lake, CA is seeking qualified vendors to provide objective testing and evaluation for assigned major weapon systems and subsystems for the Aegis program at the Naval Air Systems Command (NAVAIR) and Naval Sea Systems Command (NAVSEA). This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. 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. The Aegis Externally Directed Team Leader and the Weapons Test & Evaluation are chartered to provide objective testing and evaluation for assigned major weapon systems and subsystems for the Naval Air Systems Command (NAVAIR) and Naval Sea Systems Command (NAVSEA). Applicable systems include Naval surface weapons systems, shipboard launch and control systems, tactical data systems, and analysis of certain aerial targets and surface targets. This requirement was previously procured under the 8(a) program, however all responsible sources are encouraged to respond to this announcement. Refer to the attached Draft Performance Work Statement (PWS). The contract type is anticipated to be a Cost Plus Fixed Fee (CPFF). The contract period of performance is anticipated to be five years. The total level of effort is estimated to be approximately 66,000 hours in total, broken down into yearly increments of approximately 13,200 hours per year. Travel may be required as specified in the draft PWS. The services will be performed at the locations in accordance with the draft PWS. The anticipated labor categories are as follows: Program Manager, Electronic Attack (EA)/Electronic Warfare (EW) Engineer Scientist V, Target Operation Systems Engineer/Scientist V, Senior Electronics Engineering Technician, Systems Analyst, Field Technician, Senior Maintenance Technician, and Senior Project Support Specialist. The applicable NAICS code for this requirement is 541330 with a Small Business Size Standard of $38,500,000. The Product Service Code (PSC) is R425. Interested businesses should submit a brief capabilities statement package (no more than fifteen 8.5" x 11" pages in length, 12 point font minimum), demonstrating their ability to perform the services listed in the draft PWS. This documentation must address, at a minimum, the following: 1. Title of the draft PWS for which you are submitting a capabilities statement package. 2. Company name, address, point of contact name, phone number, fax number, and email address 3. Company profile to include number of employees, office location(s), cage code, and DUNS number. 4. Company size in dollars and if your company size is large or small according to the above listed NAICS and size standard. 5. If your company is a small business, specify if it is any of the following: Service-Disabled Veteran Owned Small Business (SDVOSM), HUBZone Small Business, 8(a) concern, Woman-Owned Small Business (WOSB), and Economically Disadvantaged Woman-Owned Small Business (EDWOSB). 6. Prior/current corporate experience performing efforts of similar size and scope within the last five 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. 7. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort, to include professional qualifications, specific experience of such personnel, and the ability to have personnel located/working at the sites specified in the draft PWS. 8. Management approach to staffing this effort with qualified personnel. 9. The contractor's technical ability or potential approach to achieving technical ability specified in the draft PWS. 10. The contractor's capacity, or potential approach to achieving capacity, for managing the magnitude of the requirements of the draft PWS. 11. Security requirements. If the contractor has a current contract with the Government, the capability statement shall address if the contractor has a current DD254 and or current Secret Security Clearance. 12. The capability statement package shall be submitted by email to the Contract Specialist (CS), Ali Van't Wout at Alexandra.vantwout@navy.mil by no later than 3:00 PM PST on 5/5/2016. Questions regarding this notice are to be due in writing to the CS no later than 15 days after the postage of this notice. Questions or comments may be addressed by email to the CS. Information and materials submitted in response to this sources sought WILL NOT be returned. Classified material SHALL NOT be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1f0273bdd45edbd7c00de02b0d893b1)
 
Record
SN04069973-W 20160403/160401234056-e1f0273bdd45edbd7c00de02b0d893b1 (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.