SOURCES SOUGHT
R -- Tactical Training & Threat/Target Systems (T4S)
- Notice Date
- 8/14/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893612R0130
- Response Due
- 10/5/2012
- Archive Date
- 10/5/2013
- Point of Contact
- Erin Strand, 760-939-7309
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Weapons Division (NAWCWPNS) seeks qualified vendors to provide support services for the Tactical Training & Threat/Target Systems (T4S) Division at China Lake and the Airborne Threat Simulation (ATS) Division at Point Mugu, CA. The primary focus of this notice is to identify interested sources for information and planning purposes only. Potential sources need not show capability in all areas; if there is expertise in some areas, identify and concentrate on those areas. The requirements consist of efforts for the design, engineering development, fabrication, procurement, integration, testing, training and managing of radar and pod instrumentation systems, Electro-Optic (EO), Infra-Red (IR), Millimeter Wave (MW), Ultra-Violet (UV), Laser, Command, Control, Communication, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) Threat Simulator systems, manned and unmanned airborne participants, high-energy laser and high-power Radio Frequency (RF) directed energy, Network-Centric systems and components, Advanced Air Defense technological concepts, Information Assurance and Operations, Artificial Intelligence, Improvised Explosive Device (IED), and man-portable air defense systems (MANPADS) Asymmetric Warfare and Battlespace environment. Because of the synergistic nature of the CES Division ™s product and the thrust to emphasize commonality and joint interpretability across all Department of Defense (DoD) ranges, the body of projects executed by this division take on the look and feel of a single unified acquisition. Specifically, there are requirements for the integration of various test and evaluation (T&E) and training systems into existing range systems and infrastructure; the fielding of systems at new range locations; the modification/update/upgrade of major software systems, and the development, modification, or integration of supporting range systems and assets (for participants tracking, data communications, exercise monitoring, and debriefing). The contractor shall design, develop, fabricate, install, integrate, and test network-centric warfare equipment and/or systems designed to provide a dense, realistic, electromagnetic (radio frequency, infrared, electro-optic, and laser energy) environment to be used by the defense community for weapon systems development, real-time aircrew tactical training, test and evaluation, test and evaluation of defense suppression systems, electronic warfare (EW) systems, electronic countermeasures (ECM) equipment, and electronic counter-countermeasures (ECCM) equipment. These efforts will include fixed and moving ground, sea, and air targets, multi-lateration and Global Positioning System (GPS)-based instrumentation pods, threat emitters, integrated hardware/software systems and environments, and hostile equipment modeled entirely in software. The contractor shall install and integrate the systems and equipment on test and evaluation ranges and training ranges. The contractor shall provide pod instrumentation support; including complete GPS-Based Range Instrumentation Equipment (BRIE) logistics and engineering support including but not limited to in-plant and on-site diagnosis, repair and engineering support of GPS-BRIE; upgrades, system engineering, and software engineering support; training support; configuration management; program management; and web site/data base management and maintenance. The contractor shall design, develop, build and test equipment in support of test and evaluation and training ranges (US and authorized foreign ranges). This requirement is derived from the acquisition activities of multiple interrelated, complementing programs. Level of facility clearance required: SECRET. Level of safeguarding required: SECRET. A draft Statement of Work has not been developed, but the current Statement of Work is available upon request by contacting Erin Strand, Contract Specialist, at erin.strand@navy.mil. Performance of this contract is currently being performed by L-3 Communications, Tybrin, and Lockheed Martin. If a contract is awarded for this effort, the Government anticipates a multiple award contract (MAC) using indefinite-delivery, indefinite-quantity (IDIQ). The period of performance may be 5 years. Both cost and fixed price orders are anticipated. Questions and comments are highly encouraged. Submissions of interest and/or statements of capability in the requirement mentioned above should include the following information, taking into consideration that the information submitted may not be used for a procurement action: (1) A reference to the schedule number N68936-12-R-0123 and title (T4S Sources Sought) of this announcement; (2) Company Name and Address; (3) Company ™s point of contact name, phone, fax, and e-mail; (4) If a U.S. or foreign company; (5) Company Size (Small or Large according to the NAICS and size standard listed below); (6) If your company is a Small Business, specify if your company is or is not each of the following: (a) Small Disadvantaged Business; (b) HubZone Business; (c) Woman-Owned Business; (d) 8(a) Business; (e) Veteran Owned Business; (f) Service-Disabled-Veteran-Owned Small Business; (7) Any teaming arrangements; (8) 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. Vendors need not demonstrate capability in all areas. Vendors can concentrate on areas of expertise in order to assist in our set-aside decision and approach using the MAC process. (9) An outline of previous projects, specific work previously performed or being performed; and (10) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. The objective is to compete this requirement on an unrestricted, full and open basis depending on a review of the information submitted in response to this sources sought. In addition to searching the market for qualified vendors, the results of the sources sought will be used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 541330 with a small business size standard of $35 million. All Small Business Set-Aside categories will be considered. The Government requests that all companies, Large and Small, submit their business size. This announcement is open until 2:00 PM Pacific Time, 5 Oct 2012. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses should be sent to Erin Strand, Contract Specialist, by e-mail at erin.strand@navy.mil, by fax at 760-939-8329, or by mail at Commander, Code 220000D (E. Strand), NAVAIRWARCENWPNDIV, 429 E. Bowen Rd “ Stop 4015, China Lake, CA 93555-6108. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893612R0130/listing.html)
- Record
- SN02838706-W 20120816/120815000508-a1e1d46d03980b85255efa948f2c1c74 (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 |