SOURCES SOUGHT
A -- P-8A Poseidon Increment 3 Acoustics Correction of Deficiencies for Air Anti-Submarine Warfare Systems Program Office (PMA-264) - N00019-20-RFPREQ-PMA-264-0089
- Notice Date
- 4/7/2020 5:39:24 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019
- Response Due
- 4/22/2020 2:00:00 PM
- Archive Date
- 05/07/2020
- Point of Contact
- Karleigh M. Hall
- E-Mail Address
-
karleigh.hall@navy.mil
(karleigh.hall@navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR), Air-Anti Submarine Warfare (ASW) Systems Program Office (PMA-264) located in Patuxent River, MD announces its intention to award a sole source delivery order to The Boeing Company under the terms of Basic Ordering Agreement (BOA) N00019-16-G-0001 to address P-8A Poseidon Increment 3 (INC3) Acoustics (I3A) Correction of Deficiency (COD) tasks. Interested parties may identify their interest and capability to respond to the requirement no later than 15 days after Sources Sought Notice Date. PLACE OF PERFORMANCE Location�����������������������% of Effort��Government (On-Site)� Contractor (Off-Site) Huntington Beach, CA��������80%������������������������0%����������������������������������80% California, MD���������������������10%������������������������0%���������������������������������10% Patuxent River, MD�������������10%����������������������� 10%��������������������������������0% 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.� PROGRAM BACKGROUND Boeing is currently the provider of the Acoustic Operational Flight Program (AOFP) software in support of the P-8A Poseidon Multi-Mission Aircraft, to include Increment 3 (INC3) Acoustics (I3A) software. This effort will provide continued support for the P-8A INC 3 Integration and Test (I&T) Activities and the Corrections of Deficiency that result from those events. The P-8A Poseidon INC3 program is made up of an incremental approach via delivery of Block 1 (Engineering Change Proposal ((ECP)) - 4 and ECP-5) and Block 2 (ECP-6 and ECP-7) capabilities. ECP-6 is comprised of a variety of capabilities, which includes Net Ready Acoustic Architecture Migration (NRAAM). Whereas, ECP-7 includes only Multi-static Active Coherent Enhancements (MAC-E) capability, which leverages NRAAM as the baseline. NRAAM refers to the porting of the P-8A Poseidon Acoustics Subsystem (PAS) (also known as AOFP) from the INC 2 baseline architecture into a new Software Oriented Architecture (SOA). MAC-E includes a variety of enhancements made to baseline MAC in order to support a larger search area in deep water environments. While both of these capabilities (NRAAM and MAC-E) have been largely developed, there is still a need for COD once these products are fully integrated and tested with the other P-8A subsystems. This requirement is a continuation of N00019-16-G-0001, DO 2001, currently being performed by The Boeing Company. The existing delivery order consists of both Cost Plus Incentive Fee (CPIF) and Cost Plus Fixed Fee (CPFF) Contract Line Item Numbers (CLINs). The projected award date of this delivery order is October 2020. The anticipated Period of Performance (PoP) for this DO will be broken out as follows: ECP-6 COD CLIN from October 2020 to June 2023 and ECP-7 COD CLIN from October 2021 to June 2024. REQUIREMENTS The P-8A Poseidon INC3 Acoustics (I3A) Correction of Deficiency (COD) tasks include hardware and software technology enhancements or improvements, engineering analyses and evaluations, and I&T support. These efforts will be in support of the I&T phases of I3A ECP-6 NRAAM and ECP-7 MAC-E programs. The Software Trouble Reports (STRs) that come from ECP-6 and ECP-7 I&T events will require modifications to the I3A software. SPECIAL REQUIREMENTS Performance of this effort requires the contractor to have access to classified information up to and including TOP SECRET.� The contractor�s facility must be approved by the Defense Security Service to process and maintain classified material at the TOP SECRET level.� The contractor must have computer information systems approved at the TOP SECRET level. Businesses should be compliant with Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level III with regard to software development and system integration (hardware, software, testing, and project management).� The proposed acquisition will include a Conflict of Interest Solicitation provision and Contract Clause as set forth in Federal Acquisition Regulation (FAR) Subpart 9.5. ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for this requirement is 336411. The Product Service Code (PSC) is AC64.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMITTAL INFORMATION Interested parties may submit a capability statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of the Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action base upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements should be pertinent and specific in the technical/management/business area under consideration, on each of the following: A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. A description of your company�s past experience and performance on efforts of similar size and scope within the last three years, including contract number, organizations supported, indication of whether a prime or a subcontractor, contract values, Government Point of Contact (POC) with current telephone number, a brief description of how the contract referenced relates to the services described herein. Include information on major subcontractor or suppliers to be used. Security: Statement regarding capability to be compliant with SEI Capability Maturity Model (CMMI) Level III with regard to software development and system integration (hardware, software, testing, project management). Statement regarding capability to obtain the required industrial security clearances for personnel. Statement regarding ability to meet the requirements in the Facility and Safeguarding requirements relevant to classified information. Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company�s capability. Provide documentation of the company�s ability to begin performance without delay upon contract award projected in October 2020.� Written responses shall be no more than 15 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned).� Classified material shall not be submitted.� Responses to this Notice shall be sent via e-mail to the contract specialist listed on this Notice.� Submissions must be received by the contract specialist and contracting officer listed on this Notice no later than 15 calendar days after the date of this Notice.�� Questions regarding this sources sought must be emailed to the contract specialist and contracting officer listed in this Notice. Please do not inquire via telephone.� Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.) other than those transmitted by email will not be considered. All responses must include the following information: Company Name, Cage Code, Address; Company business size under NAICS Code 336411; and POC name, phone number, fax number, and email address. RBC, Inc. provides Contractor Support Services (CSS) to PMA-264.� RBC employees will help form the requirements and RBC therefore will not be allowed to bid on the Engineering Services at either the prime or subcontractor level.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b11ba1173e9e44a5b4d632d5a552b3ed/view)
- Record
- SN05613537-F 20200409/200407230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |