SOURCES SOUGHT
N -- SCRIF - Attachment 1, DRAFT PBSOW/SOW
- Notice Date
- 1/21/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-17-R-0004
- Archive Date
- 3/11/2016
- Point of Contact
- Carolyn A. Emmart, Phone: 301-757-4074, Stephanie N. Dunlap, Phone: 301-342-1273
- E-Mail Address
-
carolyn.emmart@navy.mil, stephanie.dunlap@navy.mil
(carolyn.emmart@navy.mil, stephanie.dunlap@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2, Base Access Request Form Attachment 1, SCRIF DRAFT PBSOW/SOW 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. INTRODUCTION The Naval Air Warfare Center - Aircraft Division (NAWCAD), AIR-2.5.1.3, at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide Special Communication Rapid Integration Facility (SCRIF) support services for the NAWCAD and Naval Air Systems Command (NAVAIR), St. Inigoes, Special Communications Mission Solutions (SCMS) Division. Portions of these services are currently being performed by multiple contractors under the following contracts: • BAE Systems Technology Solutions & Services under N00421-09-C-0102 • Smartronix under N00421-11-C-0012 • CACI-ISS Inc. under N00421-15-C-0021 • BAE Systems Technology Solutions & Services under N00178-04-D-4018-M806 The existing contracts are Cost Plus Fixed Fee, Level of Effort type. INDUSTRY DAY An Industry Day will be conducted on 10 February 2016 from 1pm to 3pm at Webster Field, St. Inigoes where information concerning the requirements will be presented. The meeting is open to any interested company (large or small business) that is currently supporting or has the capabilities to support the requirements identified below and in the draft Performance-Based Statement of Work (PBSOW)/Statement of Work (SOW) (Attachment 1). Attendance at the Industry Day is not a requirement and in no way affects any company from submitting a response (capabilities statement) to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation. All wishing to participate in the Industry Day event must pre-register by providing the business name, address, names of attendees, a point of contact phone number and email address, and a completed Contract Base Access Request Form (if needed, Attachment 2) via email to Carolyn Emmart at carolyn.emmart@navy.mil and Stephanie Dunlap at stephanie.dunlap@navy.mil. The subject line of the email should read "SCRIF Industry Day Pre-Registration" and should be submitted no later than 12:00pm Tuesday, 9 February 2016. Specifics, including directions, agenda, question forms, and ground rules will be provided via a confirmation email upon approved registration. The event will be open only to those vendors who have pre-registered and, due to space limitations, no more than two (2) representatives from each potential Offeror will permitted to attend the site visit. All attendees must be U.S. Citizens. This Industry Day may not be rescheduled in the case that it is cancelled due to weather or any other Acts of God. It is recommended that after attending the Industry Day event, all small businesses that are interested should submit a capabilities statement. Interested companies do not have to wait until after the Industry Day event to submit their capabilities statements, and attending the Industry Day event is not a requirement or prerequisite to submitting a capabilities statement. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The Product Service Code (PSC) for this requirement is AC65 - Development of Defense Electronics and Communication Equipment; the North American Industry Classification System (NAICS) is 541330 with a size standard of $38.5 million. All interested small businesses are encouraged to respond with a capabilities statement. PROGRAM BACKGROUND The NAWCAD SCMS Division at St. Inigoes is engaged in the integration, production engineering, development, integration testing, logistics, operations, hardware and technical support of platforms with integrated Communication-Electronic (C-E) systems and subsystems. As the Lead Systems Integrator (LSI) for C-E systems development projects, SCMS Division's mission is to provide non-repetitive, tailored development of Command, Control, Communications, Computers and Intelligence (C4I) solutions to close critical mobile communication capability gaps for U.S. Military, National Agency, NAVAIR and other Government Program Offices. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a 5 year ordering period. The anticipated start date is February 2018. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be a Cost Reimbursable and Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated total Level of Effort of approximately 845,800 man-hours (based on 1 Full Time Equivalent of 1,920 hours per year) over a period of five years. These services shall be performed on-site (approximately 70%) at Special Communication Rapid Integration Facility (SCRIF) Building 8300, Webster Field, St. Inigoes, MD and off-site (approximately 30%) at the contractor's facility - located within 25 miles of the Fleet Readiness Center (FRC) in Jacksonville, FL. Additionally OCONUS and CONUS travel (approximately 5%) to other locations specified in the Draft PBSOW/SOW, Attachment 1, will be required to perform new system installs and repair and/or upgrade of existing fielded systems. REQUIREMENTS See Attachment 1, Draft PBSOW/SOW. Labor categories anticipated to execute the contemplated services are included in the attached Draft Performance-Based Statement of Work (PBSOW)/Statement of Work (SOW). In addition to the requirements above, 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. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(a)(l) and HUBZone Small Businesses (FAR 52.219-3(d)(1). If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award. 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, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached PBSOW/SOW. This documentation must address, at a minimum, the following: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can or has your company managed a task of this nature? If so, please provide details. 3. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. 4. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.1 through 3.6 of the draft PBSOW/SOW Technical Requirements. If the company finds itself not capable to perform all parts of the PBSOW/SOW, please specify which portions of the PBSOW/SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. 5. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW/SOW for the base period as well as the option periods. 6. Provide a statement including current business size status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. 7. Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern. 8. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The capability statement package shall be sent by email to carolyn.emmart@navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on Thursday 25 February 2016. Questions or comments regarding this notice may be addressed to Carolyn Emmart via email at carolyn.emmart@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-17-R-0004/listing.html)
- Place of Performance
- Address: St. Inigoes, MD (70%), Jacksonville, FL (30%), United States
- Record
- SN03997123-W 20160123/160121234118-72cbcc2caa388a70ac65517f8df130bc (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 |