SOURCES SOUGHT
A -- Integrated Warfare Evaluation Services - Sources Sought
- Notice Date
- 3/27/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- 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
- N00421-25112-SS1801
- Archive Date
- 4/27/2018
- Point of Contact
- Nicole M. Barnhill, Phone: 3013423931, Joe R. Merritt, Phone: 3017579718
- E-Mail Address
-
nicole.barnhill@navy.mil, joe.merritt@navy.mil
(nicole.barnhill@navy.mil, joe.merritt@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Statement of Work The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. 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. INTRODUCTION The Naval Air Warfare Center - Aircraft Division (AIR-2.5.1.12) at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide test and evaluation support for engineering, prototyping, and integration of warfare systems into Navy aircraft and aviation systems for the Naval Air Systems Command (NAVAIR), Integrated Warfare Test and Evaluation Division (AIR-5.1.12). The services are currently being performed by Tekla Research Inc. of Dumfries, VA under N00178-14-D-7965-M801. The existing contract is a Cost-Plus-Fixed-Fee completion type. This contract is due to expire 11 May 2019. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is R425; the NAICS is 541715 with a size standard of 1000 employees. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside. As such, all eligible SB/SDVOSBs/8(a)/etc. are encouraged to respond. PROGRAM BACKGROUND The Integrated Warfare Test and Evaluation Division (IWTED AIR 5.1.12) provides the people, processes, and facilities for Integrated Test Teams (ITT) to plan, coordinate, and conduct integrated warfare test and evaluations of avionics systems integrated in various aircraft. The ITT conducts Developmental Test and Evaluation (DT&E) of lab, ground, and flight test of newly installed or developmental systems and/or modifications to fleet deployed systems. Tasking is also undertaken for data gathering to support potentially new systems or to improve existing systems. Prototype experimentation and test is also performed by IWTED. Contractor support is required for engineering and technical support to ensure completion of mission essential and effective completion of IWTED tasking. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a five year ordering period. The anticipated start date is 12 May 2019. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Cost- Plus-Fixed-Fee (CPFF) with an estimated total Level of Effort of approximately 830,400 man-hours (based on 1,920 hours per year) over a period of five years. These services shall be performed on-site at Naval Air Station Patuxent River, MD, off-site at the contractor's facility (located within 30 miles of Patuxent River, MD), and at other locations specified in the attached Draft SOW. REQUIREMENTS See attached Draft Statement of Work (SOW). Labor categories anticipated to execute the contemplated services include: Program Manager, Senior Engineer, Senior Engineering Technician, Senior Systems Analyst, Engineer, Engineering Technician, and Administrative Assistant. In addition to the requirements above, 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. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award. SUBMITTAL INFORMATION It is requested that interested 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 ability to perform the services listed in the attached Draft SOW. This documentation must address, at a minimum, the following: 1. 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 (As applicable, identify if: Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern) ; 2. 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; a. How much experience do you have planning, executing, and reporting on a test of an electronic warfare, cyber, crew systems and interoperability in aviation systems? b. How much experience do you have with the NAVAIR test planning and test reporting instructions? c. Describe your transition plan (45 Days) to assume the anticipated tasking with no impact to the programs under test. d. How much experience do you have in tracing mission analysis into test evaluation strategies? e. Describe your experience in using live and constructive test and evaluation techniques as an offset to live testing. 3. 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; 4. Management approach to staffing this effort with qualified personnel; 5. Statement regarding capability to obtain the required industrial security clearances for personnel; 6. Company's ability to perform at least 50% of the work; and 7. Company's ability to begin performance upon contract award. The capability statement package shall be sent by mail to AIR-2.5.1. Contracts, Nicole Barnhill, Code 2.5.1.12.4, Building 441, 21983 Bundy Road, Patuxent River MD 20670 or by email to nicole.barnhill@navy.mil. Submissions must be received at the office cited no later than 11:00 a.m. Eastern Standard Time on 12 April 2018. Questions or comments regarding this notice may be addressed to Nicole Barnhill at (301) 342-3931 or via email at nicole.barnhill@navy.mil. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-25112-SS1801/listing.html)
- Record
- SN04868192-W 20180329/180327231448-a4712246ddb2caa89fb5b7528533aacf (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 |