SOURCES SOUGHT
16 -- Integrated Network Enhanced Telemetry Program (iNET) - Sources Sought (iNET)
- Notice Date
- 4/25/2017
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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
- PR1300606702
- Archive Date
- 5/25/2017
- Point of Contact
- Walter L. Williams, Phone: 3017579789
- E-Mail Address
-
walter.williams3@navy.mil
(walter.williams3@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work, Integrated Network Enhanced Telemetry Program (iNET) INTRODUCTION The Naval Air Warfare Center, Aircraft Division, (NAWCAD), AIR-2.5.1.11 at Patuxent River, MD announces its intention to issue a Task Order under a Basic Ordering Agreement (BOA) on a sole source basis in support of the Integrated Network Enhanced Telemetry (iNET) Program/Project. This is a tri-service (Army, Navy and Air Force) effort, for development and integration of the enhanced Telemetry Network System (TmNS). Therefore, this action is required for providing real-time test information between in-flight aircraft and ground engineering personnel. 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. REQUIRED CAPABILITIES See attached Draft Statement of Work (SOW). 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. The Contract Type is anticipated to be Firm Fixed Price (FFP) with a two year period of performance. SPECIAL REQUIREMENTS None ELIGIBILITY This Sources Sought is a market research tool being used to determine potential and eligible business firms that are capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Quote. This sources sought will also be utilized to determine if any Small Business Set-Aside opportunities exist. The NAICS code for this requirement is 334511, with a size standard of 1,250 employees. The PSC for this requirement is 1680. This requirement is currently being performed by L-3 Technologies under Basic Ordering Agreement N00421-14-G-0007. All interested businesses are encouraged to respond, but only those businesses or teaming arrangements that are considered small under 334511 will be considered for small business set-aside decisions. If/When a synopsis is released; it is anticipated to be synopsized via the Federal Business Opportunities. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. ANTICIPATED DELIVERY - Anticipated award date July 2017 SUBMISSION DETAILS It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating the ability to perform the services identified in the attached Draft SOW. This documentation must address, at a minimum, the following: (1) title of the Draft SOW you are applying to; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; (3) 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 in the draft SOW; (4) 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 at the city specified; (5) statement regarding capability to obtain the required industrial security clearances for personnel. (6) company's ability to perform more than 50% of the work; and (7) company's ability to begin performance upon the anticipated contract award. The capability statement package shall be sent to Walter Williams via email at walter.williams3@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 10 May 2017. Questions or comments regarding this notice may be addressed via email to Walter Williams, Contract Specialist by 10 May 2017. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Information and materials submitted in response to this request WILL NOT be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/PR1300606702/listing.html)
- Place of Performance
- Address: 1515 Grundy's Ln, Bristol,, Pennsylvania, 19007, United States
- Zip Code: 19007
- Zip Code: 19007
- Record
- SN04484020-W 20170427/170425234216-3120b96c69b6a95856fb668184e580f0 (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 |