Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2019 FBO #6545
SOURCES SOUGHT

70 -- Electronic Warfare Systems Integration Test Environment (EW SITE) System Upgrade - Performance Work Statement

Notice Date
10/25/2019
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 1 Administration Circle, STOP 1303 - CL, 575 'I' AVE SUITE 1, BLDG 65 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893620R0075
 
Archive Date
11/27/2019
 
Point of Contact
Daryl Magdangal, Phone: 8059895066, Helen N. Xiong, Phone: 7609395124
 
E-Mail Address
daryl.magdangal@navy.mil, helen.xiong@navy.mil
(daryl.magdangal@navy.mil, helen.xiong@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Electronic Warfare Integration Test Environment (EW SITE) System Upgrade INTRODUCTION The Electronic Warfare Integrated Laboratories (EWIL), code 45Q000E, at the Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, California currently utilizes an existing Electronic Warfare Systems Integration Test Environment (EW SITE) radar environment simulator to support system performance evaluation and integration of various Electronic Warfare (EW) systems. 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 THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. BACKGROUND The EW SITE system was developed and manufactured by Textron AAI under a sole source contract with the United States Navy to test EW systems of the EA-6B, EA-18G, F/A-18, MH-60, E-2C, P-8A and F-35 (JSF) platforms, and corresponding systems and subsystems. The EW SITE provides digitally controlled Radio Frequency (RF), phase, amplitude, and time based modulations that represent threat radars. Adding test assets to the EWIL provides a more robust threat environment in the form of a high pulse density, dynamic, simulated flight environment. This requirement will provide a follow-on Single Award Indefinite Delivery Indefinite Quantity (IDIQ) to an existing Single-Award IDIQ (N6893616D0001) with Textron AAI Corporation. The IDIQ with Textron AAI was not a small business set-aside and the contract was awarded using the 10 U.S.C. 2304(c)(1) statutory authority to permit other than full and open competition. Ordering on the current IDIQ ends in January 2021. Requests for information associated with N6893616D0001 will be addressed through the NAVAIR Freedom of Information (FOIA) website at http://foia.navair.navy.mil. REQUIRED CAPABILITIES This requirement will provide for the development of EW SITE systems and sub-system components for domestic and FMS customers in the NAWCWD radar environment simulator to support system performance evaluation and integration of various EW systems. This will result in expanded capabilities and allow the EWIL to continue to efficiently develop and test current and future EW systems and capabilities in support of aircraft platform integration and test. EW SITE system supports System Configuration Sets (SCS) from multiple platforms and provides consistency with the Advanced Weapons Laboratory at China Lake, CA. The EW SITE components shall be compatible with the government's existing EW SITE LITE system delivered under contracts N68936-09-C-0138, N68936-13-C-0161 and N68936-16-D-0001. The same Configuration compatibility with existing EW SITE system components is required to enable sharing of hardware components between existing threat simulators and leveraging of existing government-developed threat scenario software. The EW SITE components shall simulate threat and friendly radar systems, communications, and Data Link systems for performing systems integration and test on EA-6B, EA-18G, F/A-18, MH-60, E-2C, P-8A and F-35 (JSF) platforms, and corresponding systems and sub-systems. Required Hardware: HARDWARE A2PATS SYSTEMQTY Synthetic Simulator Instruments (SSIs)93 RF Switch Matrices13 Integrated EW Cab5 Stimulus Cab2 Spares8 A2DSG11 A2DRI12 This contract will also provide incidental services for on-call and on-site maintenance, repair and system upgrades, including replacement parts for existing systems as well as the newly acquired systems. Incidental services provided under this contract include but are not limited to maintenance, training, and repairs. The total estimated Level of Effort is 57,750 hours. The anticipated labor categories are Program Manager, Systems Software Developer, Senior Electrical/Electronics Engineer, Senior General Engineer, Electrician, Mechanical Test Technician, Quality Assurance Technician, Senior Operations Analyst, Senior Research Analyst, Intermediate Systems Engineer. Please see the attached draft Performance Work Statement (PWS) for further details of the requirement, including references to applicable Military Standards, Instructions, Guides, and Industry Standards. Estimated RFP release: 1st Quarter CY20 Estimated Award: 3rd Quarter CY20 Period of Performance/Ordering: Ordering period of five years. Period of Performance to be defined at the Delivery/Task Order Level. Place of Performance: On-site Government; Pt. Mugu, CA; China Lake, CA, & Off-site at Contractor facilities ELIGIBILITY The North American Industrial Classification System (NAICS) code for this requirement is 334515 with a small business size standard of 750 employees. The Product Service Codes (PSCs) are 7021 and K060. 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 should address, at a minimum, the following: 1. The title of the requirement for which you are submitting a capabilities statement package. 2. Include your company name, address, point of contact name, phone number, fax number, and email address 3. Include your company profile to include office location(s), cage code, and DUNS number. 4. Describe your company size by number of employees, and if your company size is large or small according to the 334515 NAICS code 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. Under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is a small business, provide an explanation of your company's ability to perform at least 50% of the required tasking. 7. Provide prior/current corporate experience performing efforts of similar size and scope within the last five years. Include the following supporting information: contract number(s), designation as a Prime or subcontractor, organization supported, 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 in the draft PWS. Note: specific reference must be made to experience in Electronic Warfare Systems Integration. 8. Describe your resources available in terms of corporate management and currently employed personnel to be assigned to tasks under this effort, to include professional qualifications and specific experience of such personnel. 9. Describe your organization's management approach to staffing this effort with qualified personnel. 10. Describe your organization's ability or potential approach to meeting the technical and delivery requirements as specified herein. 11. Describe your organization's capacity or potential approach to achieving capacity for managing the magnitude of the requirements as specified herein. 12. Security requirements. If your organization has a current contract with the Government, indicate whether your company has a current DD254 and current Top Secret/Sensitive Compartmented Information security clearance. The capability statement package should be submitted by email to the Contract Specialist (CS), Mr. Daryl Magdangal at daryl.magdangal@navy.mil by no later than 10:00 AM PST on 11/12/2019. 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. DO NOT SUBMIT classified material.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e74583b504ba7fcdf37d1d455b195a92)
 
Record
SN05483100-W 20191027/191025230439-e74583b504ba7fcdf37d1d455b195a92 (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.