SOURCES SOUGHT
N -- AIR-4.11, N00421-18-R-0013 AEGIS AD-4.11.3 - Sources Sought
- Notice Date
- 11/30/2017
- Notice Type
- Sources Sought
- NAICS
- #541330
— Engineering Services
- 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
- N00421-18-R-0013
- Archive Date
- 1/2/2018
- Point of Contact
- Brandon Reaser, Phone: 3017575779, Amy G Davis, Phone: (301) 757-2618
- E-Mail Address
-
brandon.reaser@navy.mil, amy.g.davis@navy.mil
(brandon.reaser@navy.mil, amy.g.davis@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Contract CLIN Structure Labor Hours Statement of Work 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 - Aircraft Division (NAWCAD), AIR-2.5.1.3 at Patuxent River, MD announces its intention to procure, on a competitive basis, research, development, design, integration, testing, installation, training, and certification of shipboard Command, Control, Communications, Computers, and Intelligence (C4I) electronic communication systems; the research, development, design, integration, testing, installation, training, and certification of like systems AEGIS shore sites associated with the deployment of fleet support to surface ships; and the research, development, design, integration, testing, installation, training, and certification of mobile and airborne C4I electronic communication systems designed to interface with the C4I electronic architecture of surface ships in support of the Ship Air & Integrated Warfare (SAIW) Division, St. Inigoes, Maryland. These services are currently being performed by BAE SYSTEMS TECHNOLOGY SOLUTIONS & SERVICES, under N00421-15-C-0008. The current contract is Cost-Plus Fixed Fee (CPFF) containing both performance based Completion CLINs and Level-of-Effort (LOE) CLINs. The current contract supports initiation of Radio Communication Systems (RCS) in FY 2020. This contract will be for the initiation of RCS in FY 21. ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SEND IN A CAPABILITY STATEMENT. PROGRAM BACKGROUND The SAIW Division, NAWCAD 4.11.3, located in St. Inigoes, Maryland, is an organic Lead Systems Integrator (oLSI) providing design, procurement, integration, testing, and training of C4I electronic systems that meet the requirements of the U.S. Navy operating forces are the responsibility of the Program Executive Office for C4I (PEO C4I). In support of the Program Executive Office for Ships (PEO Ships), Naval Sea Systems Command (NAVSEA), and PEO C4I, the SAIW Division is tasked to design, procure, integrate, test, train, deliver and support C4I electronic RCSs for ships of the U.S. Navy including, but not limited to, AEGIS destroyers and cruisers, amphibious assault ships, aircraft carriers, sea-lift ships, and other surface combatant and comparable ships. The SAIW Division is tasked to perform research and development, engineering, technical, and logistics support services to deliver fully integrated and tested C4I electronic radio communication systems for shipboard installation REQUIREMENTS See Attachment 1, Draft Performance Work Statement/Statement of Work (PWS/SOW), Attachment 2, Draft Hours and Attachment 3, Draft AEGIS Contract CLIN Structure – 9 Years. If your company has any questions about the PWS/SOW, or any areas that may need further explanation, please also identify those in the response. The labor categories anticipated to execute the contemplated effort are included in Attachment 1. Since the resultant contract will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon contract award. All potential offerors must either have or be able to obtain a TOP SECRET facility clearance. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a “Top Secret” Facility Clearance and a “ Secret” Safeguarding Clearance. ELIGIBILITY The Product Service Code (PSC) for this requirement is N059 Installation of Equipment- Electrical and Electronic Equipment Components. The applicable North American Industry Classification System (NAICS) Code is 541330 Engineering Services with a small business size standard of $38.5 million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site St. Inigoes, MD 43% 57% ANTICIPATED PERIOD OF PERFORMANCE AND HULL SCHEDULE The anticipated start date is May 2020. The Performance Based Completion CLINs will be for RCS Production Hulls and the Non-Performance Based Level of Effort (LOE) CLINS will be for Engineering and Training. As shown in Attachment 3, it is anticipated that each performance period consist of 3 Hulls; for a total of 15 Hulls for the entire effort. For each Hull, the performance period of completion is approximately 5 years; resulting in an anticipated 9 year contract. For the Completion CLINs, 97,400 man hours is estimated for each Hull; totaling 1,461,000 for the 15 Hulls. 534,000 man hours is estimated for the Engineering LOE CLIN and 40,950 man hours for the Training LOE. ANTICIPATED CONTRACT TYPE This requirement is anticipated to have Cost Plus Fixed Fee (CPFF) Completion and LOE CLINs; in addition to Cost Reimbursable Other Direct Cost (ODC) CLIN for travel and material. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 20 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the effort listed in the attached PWS/SOW. This documentation must address, at a minimum, the following: Title of the PWS/SOW to which you are applying; Company profile to include number of employees, annual revenue history, office location(s), CAGE code, DUNS number, and a statement regarding current small/large business status; Respondents to this notice must also indicate whether they 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; If a small business, provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS/SOW for the base period as well as the option periods 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; Management approach to staffing this effort with qualified personnel; Statement regarding capability to obtain the required industrial security clearances for personnel; Company’s ability to meet the requirements in the Facility and Safeguarding requirements. Company’s ability to begin performance upon contract award; Details of the company’s ability to manage a task of this nature; Company’s ability to manage a team of subcontractors, including a list of contracts and teaming arrangements. 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. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.1 through 3.6 of the draft PWS/SOW Technical Requirements. If the company finds itself not capable to perform all parts of the PWS/SOW, please specify which portions of the PWS/SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. The capability statement package shall be sent by email to brandon.reaser@navy.mil and amy.g.davis@navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on 18 December 2017. Questions or comments regarding this notice may be addressed to Brandon Reaser and Amy Davis via email at brandon.reaser@navy.mil and amy.g.davis@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-R-0013/listing.html)
- Place of Performance
- Address: St. Inigoes, Maryland, 20684, United States
- Zip Code: 20684
- Zip Code: 20684
- Record
- SN04752452-W 20171202/171130231132-790443ac1457bcf58ccd00408ff61ad5 (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 |