Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2011 FBO #3400
DOCUMENT

R -- 1) air weapon survivability and lethality analysis; 2) survivability simulations; systems analysis; survivability systems engineering analysis; development and support;and 3) the documentation inher - Attachment

Notice Date
3/15/2011
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
Solicitation Number
N6893611R0024
 
Response Due
3/31/2011
 
Archive Date
3/31/2011
 
Point of Contact
CS Christopher Burchett 760-939-1832
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought technical description to determine the availability and technical capability of small businesses to provide a multi-skilled workforce that will perform (1) air weapon survivability and lethality analysis; (2) survivability simulations; systems analysis; survivability systems engineering analysis; development and support; and (3) the documentation inherent in the engineering or analysis process. The primary focus of this notice is to identify interested firms for information and planning purposes only. The work is currently being performed by Survice Engineering Company, under Cost Plus Fixed Fee (CPFF) single award indefinite delivery indefinite quantity (IDIQ) contract N68936-06-D-0025. Freedom of Information Act (FOIA) information concerning the current contract is available at http://www.navair.navy.mil/nawcwd/counsel/textonly/foia-txt.htm. This procurement objective is to compete the requirement after considering the information submitted in response to this Sources Sought Synopsis. The current requirement is under NAICS 541330 Engineering Services and size standard of $27 Million dollars revenue averaged over the past three years. Interested parties are requested to submit information that demonstrates they are capable of providing (1) model and simulation (M&S) verification, validation and accreditation (VV&A), (2) vulnerability analysis, (3) assessment of M&S VV&A related products and processes, (4) survivability analysis, (5) susceptibility analysis, (6) assessment of test results on survivability estimates including proposed design changes to enhance survivability, (7) systems safety support, (8) lethality analysis, (9) analytical and test data acquisition and reduction, (10) assessment of analytical estimates, (11) simulation development, enhancement, operation, configuration management, maintenance and related support, (12) test planning and reporting for ballistic systems tests, (13) test and analytical data review, (14) test planning and reporting for susceptibility tests, (15) mission effectiveness analysis, (16) air-vehicle battle damage repair analysis, (17) cost and operational effectiveness analysis, and (18) analysis of alternatives studies. The work shall be performed primarily at contractor ™s site in conjunction with work performed at NAWCWD China Lake and Point Mugu, California. In order for companies to specifically respond to this sources sought, a draft Statement of Work (SOW) is available electronically as an attachment to this synopsis. Should you be unable to access the attachment, please request a copy of the draft SOW from Christopher Burchett, 760-939-1832, christopher.burchett@navy.mil. If a contract is awarded for this effort, the Government anticipates using a cost plus fixed fee (CPFF) contract. The contract period is anticipated to consist of five year performance period beginning 17 August 2011. The anticipated level of effort is approximately six (6) full time equivalents (FTE) per year, please see level of effort (LOE) attachment to this synopsis. However, contract type, duration, and level of effort could change. A solicitation is expected to be released in May 2011. Interested parties are requested to submit a white paper outlining their capabilities to perform the work described above. Submittals should include the following information: (1) A reference to Solicitation number N68936-11-R-0024 and the title of this announcement Air Weapons System Survivability Analysis, Systems Safety Analysis, and Modeling & Simulation Verification, Validation, and Accreditation Support. (2) Company name and address. (3) Name, phone, fax, and email of company representative. (4) Name of key personnel. (5) If a U.S.or foreign company. (6) Company size and whether or not your firm qualifies as a small business in any of the small business subcategories (e.g. Service-Disabled Veteran-Owned, HUBZone, 8(a)). (7) If contemplating a teaming arrangement or joint venture. (8) Outline current technical capabilities to address the labor categories/FTE addressed above. (9) DCAA or DCMA points of contact. (10) All specific and pertinent information that addresses the technical requirements for which capability is being sought and that would enhance our consideration and evaluation of the information submitted. Interested parties should appropriately mark any data or information submitted with proprietary or restricted data rights legends if such markings are required. Submittals shall be no longer than ten (10) pages and electronically submitted to christopher.burchett@navy.mil before 4:30 PM Pacific time on 31 March 2011. Interested parties are strongly encouraged to review the draft SOW before preparing submittals. Submittals are capabilities statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for a procurement action. 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 the preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. There will be no formal acknowledgement or response provided to firms that submit information responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893611R0024/listing.html)
 
Document(s)
Attachment
 
File Name: N6893611R0024_LOE.pdf (https://www.neco.navy.mil/synopsis_file/N6893611R0024_LOE.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6893611R0024_LOE.pdf

 
File Name: N6893611R0024_SOW.pdf (https://www.neco.navy.mil/synopsis_file/N6893611R0024_SOW.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6893611R0024_SOW.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02401119-W 20110317/110315234839-21e17bd40fa4fc18fd37ab072fb47200 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.