Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

R -- ENGINEERING AND TECHNICAL SERVICES

Notice Date
12/21/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017818R3000
 
Archive Date
1/18/2018
 
Point of Contact
Michael T. Price, Phone: 5406534401
 
E-Mail Address
michael.price3@navy.mil
(michael.price3@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to issue a solicitation for support in their performance as Littoral Combat Ship (LCS) Independence and Freedom Variant Software Support Agent (SSA), Combat Management System (CMS) and In-Service Engineering Agent (ISEA). Support to be provided is dependent on access to the Original Equipment Manufacturers' (OEM) proprietary data and inclusive of the following: Technical program management, including support of technical program and project management support and oversight; technical expertise and recommendations; support and conduct Milestone Technical Review design and test readiness presentations; recommendations regarding prioritization of tasking, along with tracking and solutions to schedule impacts; financial and technical status reports; timely responses to resolve action items and provide status of progress; software development and testing cost estimates; cost, schedule and technical risks. Software Development, including technical evaluations, options, and recommendations; requirements for software changes and impacts; software development activities; computer program products; configuration of computer program design, development, test, and production materials and artifacts; computer program deliverables; system software integration and build services. Computer Program Installation Support, including LCS CMS installation plans, software installation instructions, computer program media delivery to ISEA and ship, installation package development; shipboard and site support for installation of the LCS CMS. Documentation Management, including support and services related to generating, updating and maintaining LCS software technical documentation to support developmental baseline certification events. Fleet Support, including CMS Subject Matter Expertise and software engineering assistance; investigating hardware and software problems; responding to fleet requests and inquiries; providing analytical and technical support; and preparing reliability and availability metric analyses. Land-Based Engineering, including software laboratory management and sustainment functions; laboratory operations; laboratory and network configuration drawings; legacy components with Commercial Off-The-Shelf based solutions; CMS hardware and software expertise. Contract Type: The Government contemplates award of a Cost-Plus-Fixed-Fee, Level of Effort Contract. Period of Performance: The resultant contract will have a Base Period of twelve months and four Option Periods each consisting of twelve months, for a total of sixty (60) months, if all options are exercised. Mandatory Requirements: Offerors must meet all mandatory requirements at time of award. In addition, Mandatory Requirements must be maintained throughout the life of the contract. The mandatory requirements are as follows: Requirement 1: Facility Security Clearance Level - The Contractor's facility must be cleared at the SECRET level and at the SECRET level for processing and storage/safeguarding. Requirement 2: Personnel Security Clearance Levels - All personnel assigned to this contract shall possess a minimum of SECRET security clearances. Requirement 3: Secure Link - The contractor shall provide a secure data transmission line from their facility to IWSL at NSWCDD, Dahlgren, VA, connecting the contractor's encryption device (hub) to NSWCDD Building 1500's encryption device. Request for Capability Statements: This sources sought is being issued for the purpose of identifying businesses, with the appropriate expertise, interested in responding to a formal solicitation. Capability Statements must include the following: (1) A brief description of the Offeror's capabilities relations to subject tasking. (2) The specific qualification, capabilities, and experience of the Contractor's personnel that would be available to support the effort, including the personnel's security clearance level. Identify whether individuals are current employees or are planned team members. (3) A statement regarding the ability to meet the anticipated mandatory requirements. (4) Specific past performance on same or similar size and scope of work performed by the Offeror as a prime Contractor within the past five years, including a description of the services provided, the dollar value of the effort, and the contract number; (5) A statement to the existence of the Offeror's DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the proposal due date. (6) If applicable, provide a statement and metrics that contain sufficient information concerning the ability to meet the Government limitation in FAR 52.219-14 Limitations on Subcontracting. Note: THIS SOURCES SOUGHT IS NOT A REQUEST FOR A PROPOSAL. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. The Government will not pay for the information solicited. All information and data received in response to the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. All Capability Statement responses must be received no later than 12:00 P.M. on 03 January 2018 by email to Michael Price (michael.price3@navy.mil) and Debbie Frank (deborah.n.frank@navy.mil). Responses should reference LCS OEMs REACHBACK. All responses shall not exceed not exceed five pages and be size 11 point font or greater. No telephone responses will be accepted. No Contractor responses received after the advertised due date and time will be accepted. No exceptions to this receipt deadline shall be granted under any circumstances.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017818R3000/listing.html)
 
Record
SN04774128-W 20171223/171221231544-98aacf9c3d10281ad16ace0ca7aa0f4b (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.