United States - Advanced Software, Computer, and Network Development and Integration

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 May 2019
Opportunity publication date
07 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 06, 2019 2:58 pm

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 (NAWCAD), AIR-2.5.1.3 at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to support rapid development, design, prototyping, low-rate production, demonstration, test, integration, technical installation, transition through Initial Operational Capability (IOC), and maintenance in the domains of cyber; Maritime Domain Awareness (MDA); situational awareness; data management and dissemination; and other rapid capability software requirements. These services include, but are not limited to, program management; research; analysis; design; parts and material procurement; demonstration; test and evaluation; and user/maintainer training. Further detail is provided in the Draft Statement of Work (SOW)/ Performance Work Statement (PWS) attached to this synopsis (Attachment 1). This is not a follow-on contract.
ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINSS SET-ASIDE OPPURTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGOREIS WILL BE CONSIDERED.
PROGRAM BACKGROUND
The Department of Navy (DoN), Naval Air Warfare Center Aircraft Division (NAWCAD) Advanced Concepts and Rapid Transition (AC&RT) Division (AD-4.11.6) provides the rapid insertion and transition of advanced technologies, systems, sensors, and weapons to enable programs of record, as well as deliver direct insertion of capabilities to meet urgent fleet needs. AD-4.11.6 works with customers and sponsors to identify capability gaps and requirements; to develop programmatic strategies; to conduct technology development; article testing & evaluation; and to support technology insertion.
REQUIREMENTS
Please see Attachment 1, Draft SOW/PWS and Attachment 2, Draft Labor Hours. If your company has any questions about the SOW/PWS, or any areas that may need further explanation, please also identify those in the response.
The labor category functional descriptions anticipated in execution of the contemplated effort are included in Attachment 1.
Since the resultant contract will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon award.
All potential offeror's must either have or be able to obtain a TOP SECRET facility clearance. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a "Top Secret" Facility Clearance and a "Top Secret" Safeguarding Clearance.
ELIGIBILITY
The applicable North American Industry Classification System (NAICS) Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $38.5 Million.  Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) for this effort will be AJ94 R&D - General Science/Technology: Other (Engineering Development)
PLACE OF PERFORMANCE              

Place of Performance

Percentage of Total Effort

% On-Site Government

% Off-Site Contractor

NAS Patuxent River

45%

80%

20%

Yuma, AZ Proving Grounds

15%

90%

10%

Contractor site

40%

0%

100%

 
ANTICIPATED PERIOD OF PERFORMANCE  
It is anticipated that the resultant contract will have a 5 year ordering period.
ANTICIPATED CONTRACT TYPE
This requirement is anticipated to be a Single Award Indefinite Delivery Indefinite Quantity (SA IDIQ) with Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE), and Cost-Plus-Fixed-Fee (CPFF) Completion Labor CLINs, The Government anticipates cost reimbursable Other Direct Cost (ODCs) for travel and material.
 
 
SUBMITTAL INFORMATION
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12-point font minimum) demonstrating ability to perform the effort listed in the attached Draft SOW/PWS, Attachment 1.  This documentation must address, at a minimum, the following:
•1.     Title of the SOW/PWS to which you are responding;
 
•2.     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;
 
•3.     Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern;
 
•4.     If a small business, provide an explanation of your company's ability or your company's ability combined with a similarly situated entity's ability to perform at least 50% of the tasking described in this SOW/PWS.
 
•5.     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;
 
•6.     Management approach to staffing this effort with qualified personnel;
 
•7.     Statement regarding capability to obtain the required industrial security clearances for personnel;
 
•8.     Company's ability to meet the requirements in the Facility and Safeguarding requirements; 
 
•9.     Company's ability to begin performance upon contract award;
 
•10.   Details of the company's ability to manage a task of this nature;
 
•11.   Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements;
 
•12.   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.
 
•13.   What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.3.1-3.3.4 of the draft SOW/PWS Technical Requirements. If the company finds itself not capable to perform all parts of the SOW/PWS, please specify which portions of the SOW/PWS it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work.
 
The capability statement package shall be sent by email to kevin.schwertfeger@navy.mil and carolyn.emmart@navy.mil.  Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 21 May 2019.  Questions or comments regarding this notice may be addressed to Kevin Schwertfeger and Carolyn Emmart via email at kevin.schwertfeger@navy.mil  and carolyn.emmart@navy.mil.

All responses must include the following information:  Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.

Opportunity closing date
21 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy Naval Air Warfare Center Aircraft Division Pax River United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?