United States - Design Agent Engineering Services for the Austal variant Littoral Combat Ship

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
20 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 1:43 pm

THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement Design Agent Engineering Services for the Austal variant Littoral Combat Ship. It is the Government's intention to procure these services on a sole-source basis. Accordingly, NSWCPD is requesting information from any and all interested sources in order to make an informed determination regarding procurement strategy.

The planned acquisition will provide overall in-service engineering and life cycle support for NSWCPD Division 50 C5I system critical engineering design, integration, test and evaluation, software development, testing, and load system upgrade/replacement planning onboard and on-site, logistics product development and distribution, configuration management of the systems and logistics products, and Training Systems. These activities will be executed in support of the LCS C5I and HM&E equipment, components, software, training and support equipment developed by or for the PEO LCS Program Office, specifically regarding the Austal INDEPENDENCE variant of the LCS program. This requirement does not include support for the Littoral Combat Ship Mission Module program, planning services/planning yard services nor the Sustainment Execution Contract.

SUBMISSION OF RESPONSES: Respondents shall provide capability statements with specific information regarding their ability to provide the required supplies/services to meet the NSWCPD's needs as detailed above. Responding statements are not to exceed ten (10) pages in length. Responses shall be in electronic format (Microsoft Word or PDF preferred). A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for North American Industry Classification System (NAICS) code, and points of contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count.

NSWCPD will only accept unclassified, electronic submissions. Capability Statements must address, at a minimum the following:

Section 1: Introduction. Identify the Sources Sought Number and Title
Section 2: Corporate Description.
• Name of Company and address
• Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB)
• Points of contact, including: Name, title, phone, and e-mail address
• CAGE Code and DUNS Number
(1) A complete description of the offeror's capabilities, related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as stated in the attached SOW, (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement;

Section 2. Past/Current Performance. Provide one (1) example of 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 in the Draft SOW.

Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information should include:

• Contractor's Facility Clearance (if required, this should be filled out by the negotiator)
• Statement regarding capability to obtain the required industrial security clearances for personnel (if required, this should be filled out by the negotiator)
• The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW
• Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its' own employees in accordance with FAR 52.219-14
• The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of 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 locations specified
• Contractor's ability to begin performance upon contract award.
• A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts.

Responses shall be sent to Contract Specialist Ronald Palau-Hernandez at Ronald.Palau-Hernand@navy.mil with the subject line "RFI N6449819R4053 Design Agent Engineering Services for Austal variant Littoral Combat Ship." All responses must be submitted by no later than 4:00 PM on May 20, 2019.

This RFI is for market research purposes only and does NOT constitute a Request for Proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes.

Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.

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

About the buyer

Address
Department of the Navy NSWC Philadelphia Division 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?