United States - Seaborne Targets Externally Directed Team (EDT) Engineering Services

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
06 September 2019
Opportunity publication date
08 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 07, 2019 2:11 pm

(1) INTRODUCTION AND PURPOSE: The purpose of this Sources Sought Notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal, and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published.

(2) PROGRAM DESCRIPTION: The Naval Air Warfare Center Weapons Division (NAWCWD) , Seaborne Targets Externally Directed Team (EDT), has the requirement for the basic tasking requirements for engineering technical services. This support shall allow the Seaborne Targets EDT to improve and maintain their capabilities as the Department of the Navy (DoN) and Department of Defense (DoD) leader in the area of Seaborne Targets threat representation including Platform and Target Augmentation/Auxiliary Systems (TA/AS). The Contractor shall provide direct technical assistance under the cognizant authority of the Seaborne Targets EDT leadership. Technical assistance under this effort is divided into five general areas: Program Management, Engineering, Prototyping, Technical Documentation, and Information Assurance (IA).
(3) REQUIRED CAPABILITIES: See attached Draft Statement of Work (SOW).
(4) PLACE OF PERFORMANCE: Contractor Facilities.
(5) CONTRACT TYPE: The Government is contemplating awarding a Cost Plus Fixed-Fee (CPFF) type contract for one base-year with four option years.
(6) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N6893619R0048 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work as outlined in the attached Draft SOW without compromising the quality, accuracy, reliability, and schedule.
Contractor responses shall also include the following information:
a) A reference to the solicitation number N6893619R0048 and brief title of this announcement;
b) Company name and address;
c) Company's point of contact name, phone, fax, and e-mail;
d) Declaration as to whether a U.S. or foreign company
e) *Provide Joint Certification Program (JCP) number;
f) Company size (Small or Large according to the identified NAICS and size standard identified),
g) If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business.
h) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners,
i) A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above.
j) An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and
k) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted.
Questions and comments are highly encouraged; however Government is not obligated to answer all questions received.
Contractors may request the Draft SOW Section 2.1 Seaborne Targets Technical Documents, Drawings, Publications, and Brochures by contacting the person listed on the Sources Sought Posting.
Documents associated with this synopsis will only be available through Federal Business Opportunities (FBO) as they may contain Controlled Unclassified Information. DOCUMENTS WILL NOT BE EMAILED. Please see the FBO Vendor Guide for instructions on how to obtain secure documents on FBO.
The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exist under NAICS 541330 Engineering Services (Marine Engineering and Naval Architecture) with a small business size standard of $38.5 Million. All Small Business Set-Aside categories will be considered.
Vendors should appropriately mark proprietary and restricted data.
All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/SAM/.
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.

Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access
Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx.
Responses shall be submitted by e-mail to Juliana Luna at juliana.luna@navy.mil no later than 6 Sep 2019 12:00 p.m. PST.

Opportunity closing date
06 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy Naval Air Warfare Center Weapons 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?