SOURCES SOUGHT
R -- Sources Sought - MDEWSSA IPT, EW Jammer AN/ALQ-165, AN/ALQ-214 and ASPO Software Engineering Support
- Notice Date
- 1/27/2025 4:00:59 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893619R0023
- Response Due
- 3/12/2019 11:00:00 AM
- Archive Date
- 03/12/2025
- Point of Contact
- jennifer felton, contract specialist, Phone: 8059898056, Helen N. Xiong, Contract Specialist, Phone: 7609395124, Fax: 7609393095
- E-Mail Address
-
jennifer.felton@navy.mil, helen.xiong@navy.mil
(jennifer.felton@navy.mil, helen.xiong@navy.mil)
- Description
- INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD) at Pt. Mugu, CA is seeking qualified vendors to provide engineering services and software support equipment products for the Multi-Spectral Electronic Warfare System Support Activity Integrated Product Team (MDEWSSA IPT) systems and has the responsibility for developing, testing, integrating, and releasing the Advanced Self-Protection Jammer (ASPJ) AN/ALQ-165, the Integrated Defensive Electronic Countermeasures (IDECM) AN/ALQ-214, and Aircraft Self Protection Optimization and its evolution with other EW systems. This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. 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. CONTRACT BACKGROUND This requirement is currently being performed under Indefinite Delivery Indefinite Quantity (IDIQ) Contract N68936-16-D-0026 with Harris Corporation with a combination of Cost Plus Fixed Fee (CPFF) and Cost Type Contract Line Item Numbers (CLINs) as identified in each Task Order (TO) issued by the Government. The current contract is a sole-sourced and is planned to execute the available ceiling by the end December 2019. Depending on the outcome of capabilities received in response to this sources sought, the Government may or may not compete the follow-on. The contract type is anticipated to be a combination of CPFF and Cost type CLINs. This sources sought is for the first anticipated order. Requests for additional information may be submitted via the Freedom of Information Act (FOIA) at http://foia.navair.navy.mil. REQUIRED CAPABILITIES This requirement is for engineering services and software support equipment products for the ASPJ AN/ALQ-165 and the IDECM AN/ALQ-214. The contract requirements include enhancing the Operational Flight Program (OFP), the Mission Data File (MDF), the Mission Data File Generator (MDFG), the User Data File (UDF), the UDFG, firmware, developing tools when applicable to support the AN/ALQ-165 and the AN/ALQ-214 systems currently in the Navy's and Foreign fleet on the FA-18A through F aircraft, and providing EW software products and services for Foreign Military Sales (FMS). The attached draft Statement of Work (SOW) and draft Contract Data Requirements List (CDRL) establishes the requirements for software development of products within the MDEWSSA IPT. This contract includes the following support for AN/ALQ-165 and the AN/ALQ-214: � Software Development (Software, firmware, tools and algorithms) � Anomaly Investigations and Tracking � Laboratory and Flight Test Support � On-site Consultant � Workshop Familiarization and Materials (including syllabus and presentation material) � Support Equipment � Engineering Services and Hardware Support for Lab Maintenance, Upgrade, Procurement and Repair � Source Data Generation � Meetings, Conference calls, and Teleconferences Please see the draft SOW for further details of the required capabilities and specifications. Estimated RFP release: May 2019 timeframe Estimated Award: December 2019 timeframe Period of Performance: Five Years Estimated Total Level of Effort: 211,000 hours Estimated Required Labor Categories: Program Manager, Systems Engineer, Senior Software Engineer, Senior Hardware Engineer, Junior Software Engineer, Junior Systems Engineer, Senior Manufacturing Engineer, MFG Engineering Services, QA Software Configuration Management Analyst Place of Performance: On-site Government, Pt. Mugu, CA 5% , China Lake, CA 5% & Off-site Contractor 90% ELIGIBILITY The North American Industrial Classification System (NAICS) code for this requirement is 541330. The Product Service Codes (PSCs) R425. 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. Title of the requirement for which you are submitting a capabilities statement package. 2. Company name, address, point of contact name, phone number, fax number, and email address 3. Company profile to include office location(s), cage code, and DUNS number. 4. Company size in number of employees and if your company size is large or small according to the above listed NAICS and 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. Prior/current corporate experience performing efforts of similar size and scope within the last five 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 contract referenced relates to the requirement as described in the draft SOW. Specific reference should be made to experience in AN/ALQ-165 and the AN/ALQ-214 systems. 8. Resources available such as 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. Management approach to staffing this effort with qualified personnel. 10. The contractor's ability or potential approach to meeting the technical and delivery requirements as specified herein. 11. The contractor's capacity, or potential approach to achieving capacity, for managing the magnitude of the requirements as specified herein. 12. Security requirements. If the contractor has a current contract with the Government, the capability statement should address if the contractor has a current DD254 and or current Top Secret/Sensitive Compartmented Information security clearance. The capability statement package should be submitted by email to the Contract Specialist (CS), Jennifer Felton at Jennifer.felton@navy.mil by no later than 10:00 AM PST on 03/12/2019. 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. Classified material SHOULD NOT be submitted. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number. Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration. Additionally, Effective June 29, 2018, all non-Federal entities who create or update their registration in SAM.gov, have a notarized letter on file within 30 days of registration. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an ""Active"" status as the government cannot award to an entity without an ""Active"" SAM registration. More information can be found at www.gsa.gov/samupdate.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/03000d95539c4180875ef17babc34e30/view)
- Record
- SN07324426-F 20250129/250127230111 (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 |