Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2020 SAM #6931
SOURCES SOUGHT

14 -- LONG-RANGE SUBORBITAL VEHICLES

Notice Date
11/18/2020 12:37:05 PM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339421R3002
 
Response Due
12/16/2020 11:00:00 AM
 
Archive Date
12/16/2021
 
Point of Contact
Mari B. Beckler, Phone: 5756781158, Pamela Kibler
 
E-Mail Address
mari.beckler@navy.mil, pamela.kibler@navy.mil
(mari.beckler@navy.mil, pamela.kibler@navy.mil)
 
Description
ADVANCED NOTICE AND SOURCES SOUGHT THIS SOURCES SOUGHT IS NOT A REQUEST FOR A PROPOSAL N63394-21-R-3002 Scope: The Naval Surface Warfare Center Port Hueneme Division, White Sands Department (NSWC PHD W00) has a requirement to provide developmental and Long-Range Sub-Orbital Vehicles (LSOV). These vehicles are required to meet the needs of various programs including, but not limited to, Aegis Ballistic Missile Defense (Aegis BMD), Air and Missile Defense Radar (AMDR), Maritime Missile Defense (MTMD), Sea Based Terminal (SBT), Fleet Training, Foreign Military Sales (FMS), and other program needing rocket-based vehicles. The Contractor shall support all developmental and long-range sub-orbital vehicle efforts as follows: Design, develop, manufacture, assemble, integrate, and test all developmental and long-range sub-orbital vehicle configurations. Support Government sponsored flight-testing. Provide analysis for pre-flight integration and test. Provide post-test analysis for vehicle performance. Develop, maintain and update technical packages to reflect the different developmental and long-range sub-orbital vehicle configurations. Contract Type: The Government contemplates award of a Cost-Plus-Fixed-Fee (CPFF), 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 as well for a total of sixty (60) months, if all options are exercised. Mandatory Requirements: Offerors must meet all mandatory requirements at the time of award. In addition, all mandatory requirements must be maintained through the life of the effort. The mandatory requirements are as follows: Requirement 1 � Facility Clearance - The Prime Contractor�s primary facility supporting this requirement must have a Facility Security Clearance of SECRET with SECRET storage and processing capability. Requirement 2 � Personnel Security Clearances � All personnel performing support under this requirement are required to have, as a minimum, a DoD Industrial Security Clearance in JPAS SECRET.� Interim clearances are acceptable.��� Requirement 3 � The Contractor shall certify compliance with the OCI Clause or present an acceptable plan to neutralize any actual or perceived organization conflict of interest.� The certification and/or mitigation plan shall cover all team members. Incumbent: This is not a direct follow-on effort. � Historical Summary:� The US Army competitively awarded a Multiple Award Task Order Contract (MATOC) for Theoretical Studies and Engineering Research (TSER) to four prime contractors: New Mexico State University - Physical Sciences Laboratory; Northrop Grumman Technical Services Systems; Kratos Defense and Rocket Support Services, Inc.; and Orbital Sciences Corporation.� Over the ten year contract period from March 2008 to December 2018; these four contractors competed for the ability to define the technical capabilities for short range to medium range vehicles.� Under this MATOC, designs did not exist or were undefined, thus subject to significant speculation about the relative maturity of the defensive systems and types of vehicles needed for missile defense and other uses.� While the primary goal was that vehicles would fall into easily defined categories, this objective was only partially realized, primarily because of threat validation and systems under test uncertainty.� Through significant characterization and development costs, the Government has established a recurring need for the short range (Group A) and medium range (Group B) vehicles. Both have matured to a point where the Government owns, or has unlimited rights in, the design data and drawings.� Based on this, the Government competitively awarded Firm-fixed price Contract N0017819D5001 to Corvid Technologies (Small Business) for the Short/Medium Range Sub-Orbital Vehicles (SSOV) requirement. Even with the award of Contract N0017819D5001, the United States and its allies sill have an unmet requirement for Long-Range Sub-Orbital Vehicles (LSOV) which is the subject of this sources sought. Sources Sought: Interested Businesses are invited to submit capability statements. This is not a request for a proposal. Request for Capability Statements: This sources sought is being issued for the purpose of identifying Primes with the appropriate expertise interested in responding to a formal solicitation. Capability Statements must include the following: A brief description of the Offeror�s capabilities relations to the attached Draft SOW. 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. A statement regarding the ability to meet the anticipated mandatory requirements. 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; 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 To enable the Government to make a determination as to whether to set-aside this requirement, Small Businesses should also 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 and Offeror�s Size Status as determined by the Small Business Administration. 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 nor will the Government 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 14:00 pm EST on 16 December 2020 by email to Mari Beckler (mari.beckler@navy.mil) and Pamela Kibler (pamela.kibler@navy.mil). Responses should reference N63394-21-R-3002. All responses shall not exceed not exceed 20 pages and be size 11 point font or greater.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b1baeae42f0e4ff8a824e10379b11e43/view)
 
Place of Performance
Address: White Sands Missile Range, NM 88002, USA
Zip Code: 88002
Country: USA
 
Record
SN05856354-F 20201120/201118230147 (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 |
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.