SOURCES SOUGHT
A -- Sources Sought for ACETEF Support - Draft ACETEF Support SOW
- Notice Date
- 12/7/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- AIR-5_4
- Archive Date
- 1/4/2013
- Point of Contact
- Amber F Wood, Phone: 301.737.2753, Salia J Price, Phone: (301) 737-2849
- E-Mail Address
-
amber.f.wood@navy.mil, salia.price@navy.mil
(amber.f.wood@navy.mil, salia.price@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft ACETEF Support SOW THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. 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. The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website and the NAWCAD Central website at http://www.navair.navy.mil/, or the Navy's electronic platform for acquiring services (Seaport) at http://www.seaport.navy.mil/default.aspx. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. INTRODUCTION The PSC for this requirement is AC16. The NAICS for this requirement is 541330 with a size standard of $35.5 million. All interested businesses are encouraged to respond. Alternative NAICS codes as suggested by respondents to this Sources Sought will be considered. The Naval Air Systems Command (NAVAIR), Aircraft Support Contracts Department (AIR-2.5.1.6), Patuxent River, MD is seeking information regarding potential sources of expertise in engineering and program management services in support of all Air Combat Environment Test and Evaluation (ACETEF) laboratories, facilities and projects. The Integrated Battlespace Simulation and Test (IBST) Department is the Naval Air Systems Command's (NAVAIR) center of excellence and point-of-entry for modeling and simulation of the Battlespace environment. The Department is the NAVAIR lead for the development and creation of synthetic and virtual battle space environments in support of research, development, testing, training, systems evaluation and experimentation. For large-scale simulations used across an acquisition lifecycle, the department is also the lead for model management, scenario development, interface support, distributed simulation expertise, and Verification, Validation, and Accreditation (VV&A). The IBST Department manages the NAVAIR Research, Development, Test and Evaluation (RDT&E) Domain and, as part of the NAVAIR Chief Information Officer (CIO) process, oversees the RDT&E Governance Board. Each of IBST's five major divisions contains laboratories capable of operating either independently or collaboratively to provide complete test and evaluation of aircraft and weapons systems. IBST has the unique ability to reduce program risk by creating complex battle space environments where concepts, hardware and war fighters can be immersed into the missions of today and of the future. This capability is often referred to as the Air Combat Environment Test and Evaluation Facility (ACETEF). The ACETEF capability is identified as a Major Range Test Facility Base (MRTFB) asset and so is required to support all Department of Defense (DoD) RDT&E. The integrated assets, distributed capability and the synthetic battlespace are powerful tools that support RDT&E across all phases of systems acquisition. The scope of this work is to provide uninterrupted technical support for the ACETEF capability. The ACETEF capability utilizes Integrated Product Teams and Enterprise Teams for all aspects of performance, and the contractor shall be required to work in a highly integrated team environment with civil service, military, and other contractor personnel. Tasking addresses the management, design, fabrication, development, installation, integration, upgrade, analysis, documentation, operation, and maintenance of all associated ACETEF laboratories, facilities and projects. The contractor shall provide qualified personnel, material, equipment, software, and other services necessary to support the Navy in the execution of this contract. The following is a list of the general types of tasks anticipated under this procurement: 1. Program Management 2. Engineering/Technical Support of the Integrated Combat Environments (ICE) division 3. Engineering/Technical Support of the Battlespace Modeling & Simulation division The performance of services is described in the attached Draft Statement of Work (SOW). Services associated with this requirement are currently being procured via SeaPort Task Order N00178-04-D-4011-M802 with AMEWAS, Inc. on a Cost Plus Fixed Fee basis. The NAVAIR Freedom of Information Act (FOIA) website is http://.navair.navy.mil. ANTICIPATED PERIOD OF PERFORMANCE One (1) Base Year with two (2) one (1) Year Options ANTICPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Fixed Fee (CPFF) with an estimated total Level of Effort of approximately 984,397 man-hours (based on 1,920 hours per year) over a period of three years. These services shall be performed on-site at Naval Air Station Patuxent River, MD and a variety of other locations (see attached Draft SOW). REQUIREMENTS See attached Draft SOW. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, 10 point font minimum with an additional two pages allowable as an addendum for comments/questions related to item 6 below) demonstrating ability to perform the services listed in the attached Draft SOW. This documentation must address, at a minimum, the following: (1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding current small business size status under associated NAICS codes; (2) 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 value, Government point of contact, and a brief description of how the referenced contract related to the services described in the SOW; (3) Describe experience and capabilities in regards to your company's ability to manage a task of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel; (4) Please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. Provide an explanation of your company's ability/plan to perform at least 50% of the overall effort; (5) If this requirement were to be solicited for five years vice three years, would your company be more likely to submit a proposal?; (6) Provide comments and questions regarding any restrictive or confusing aspects of the Draft SOW. (This portion of your response does not count against the 10 page limit; however, questions should be limited to an additional two pages maximum provided as a separate addendum to the response.); (7) This Sources Sought notice is being published with the intent to promote competition. Suggestions from industry regarding how competition may best be achieved are requested, including information related to alternative NAICS code choices. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations. Responses to this Sources Sought shall be submitted electronically by email to Amber Wood, Contract Specialist, at amber.f.wood@navy.mil. Responses shall be received no later than 2:00 p.m. Eastern Standard Time on 20 Dec 2012. Classified material SHALL NOT be submitted. Please submit all questions related to this Sources Sought to the Contract Specialist via email or alternatively at 301-737-2753. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSALS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/AIR-5_4/listing.html)
- Place of Performance
- Address: Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN02945193-W 20121209/121207234705-c20f05104e9194b37f57c82d3469d436 (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 |