SOURCES SOUGHT
K -- AEA and EW planning systems and jammer software
- Notice Date
- 5/24/2016
- 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
- N6893613R0023
- Archive Date
- 5/31/2017
- Point of Contact
- Alexandra Van�t Wout, Phone: 760-939-4982, Helen N. Xiong, Phone: (760) 939-5124
- 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
- INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD) at China Lake, CA intends to issue a Cost Plus Fixed Fee modification to provide additional hours on an existing contract on an other than full and open competition basis. This action is for an additional 34,224 hours. The contract end date will be extended to March 2017. This modification is sole sourced to Wyle Laboratories, Inc. 345 Bob Heath Drive, Huntsville, AL 35806-2842, based on 10 USC 2304 (C)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." for services in support of the Airborne Electronic Attack (AEA) electronic warfare (EW) mission planning systems and associated jammer management software within tactical jamming pods. The incumbent contractor is the only source that can perform these efforts without substantial duplication of cost or unacceptable delay to the Government's fielding of these weapon system upgrades. No solicitation will be issued; however, any firms believing that they can fulfill this requirement may submit a capability statement in accordance with the "Submission Details" stated below. Unless stated herein, no additional information is available. Requests for the same will be disregarded. A determination by the Government not to compete this effort is solely within the discretion of the Government. DISCLAIMER THIS SYNOPSIS 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 proposed contract modification is to Wyle Laboratories, Inc., an Indefinite Delivery Indefinite Quantity (IDIQ), Cost-Plus-Fixed-Fee (CPFF) contract, issued from solicitation N68936-13-R-0023. This contract modification provides support to the AEA electronic warfare (EW) mission planning systems and associated jammer management software within tactical jamming pods. A Level of Effort (LOE) increase of 34,224 hours is necessary in order to continue working on the remaining critical tasks associated with the System Configuration Set (SCS) implementation on the EA-6B and EA-18G. Additionally, this modification will provide an extension of six months to the period of performance of the contract, starting in approximately September 2016 and ending March 2017. As the sole designer and developer of the Navy's ALQ-99 Universal Exciter Upgrade (UEU) Jammer Management Software Library located within the NAWCWD, Point Mugu, laboratory, Wyle is the only source which possesses the requisite UEU knowledge and experience required to design, develop, integrate, and test the jammer management software associated with the UEU and mission planner. Wyle is also the sole developer of an interface and Dynamic Link Library (DLL) used by the EA-6B and EA-18G Unique Planning Component (UPC) Mission Preview of the Joint Mission Planning System (JMPS). Upgrades to the DLL are required in support of EA-18G H12 and H14 block upgrades, as well as EA-6B Block 7 and MR-17 block upgrade requirements. Wyle is the only source that can perform these efforts without substantial duplication of cost or unacceptable delay to the Government's fielding of these weapon system upgrades. REQUIREMENTS This contract modification provides support to the AEA electronic warfare (EW) mission planning systems and associated jammer management software within tactical jamming pods. Software development is required for changes to existing jammer management and mission planning requirements, and associated correction of deficiencies identified by the fleet operators via the Program Related Engineering (PRE) process managed by AIR-4.0 for Commander, Naval Air Forces (CNAF). This contract will require: A. Completion of re-hosting of the EA-6B Jammer Management Software from CMS-2 to ‘C' in support of Block 7 and MR-17 requirements; B. Completion of Overseas Contingency Operations modifications to the EA-6B USQ-113 Communication Jammer in support of Block 7 and MR-17 requirements; and C. Completion of the EA-6B and EA-18G mission planner Dynamic Link Library (DLL) upgrades in support of EA-16B Block 7/MR-17 and EA-18G H12/H14 System Configuration Set (SCS) requirements. ELIGIBILITY The applicable NAICS code for this requirement is 541330 with a Small Business Size Standard of $35,500,000. The Product Service Code (PSC) is K016. SUBMISSION DETAILS 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 deliver the requirements described herein. This documentation must address, at a minimum, the following: 1. Title of the requirement 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 office location(s), cage code, and DUNS number. 4. Company size in number of employees 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 requirement as described herein. 7. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort, to include professional qualifications and specific experience of such personnel. 8. Management approach to staffing this effort with qualified personnel. 9. The contractor's ability or potential approach to meeting the technical and delivery requirements as specified herein. 10. The contractor's capacity, or potential approach to achieving capacity, for managing the magnitude of the requirements as specified herein. 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. 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 10:00 AM PST on 5/31/2016. Questions or comments regarding this notice may be addressed by email to the CS. Information and materials submitted in response to this synopsis WILL NOT be returned. Classified material SHALL NOT be submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8630694ee604f72e83cf20fbd0eb6dfa)
- Place of Performance
- Address: Point Mugu, CA, United States
- Record
- SN04126721-W 20160526/160524234248-8630694ee604f72e83cf20fbd0eb6dfa (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 |