SOURCES SOUGHT
58 -- R&D for Anti-Submarine Warfare sonobuoys
- Notice Date
- 2/1/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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
- N0001916RFPREQPMA2640089
- Archive Date
- 3/2/2016
- Point of Contact
- Jennifer T Hanson, Phone: 3017579043
- E-Mail Address
-
jennifer.hanson@navy.mil
(jennifer.hanson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice INTRODUCTION The Naval Air Systems Command Contracts Department (AIR 2.3.2.5), Patuxent River, MD announces its intention to award Basic Ordering Agreements (BOAs) to both Undersea Sensor Systems, Inc. (USSI) and Sparton Electronics to procure continued research and development for airborne Anti-Submarine Warfare (ASW) for AN/SSQ (series) sonobuoys and the MK-84 Signal Underwater Sound (SUS) device. The Air Anti-Submarine Warfare (ASW) Systems Program Office (PMA-264) has the requirement for integration, development, and capability improvements to the AN/SSQ-36, AN/SSQ-53, AN/SSQ-62, AN/SSQ-101, AN/SSQ-113 and the AN/SSQ-125 sonobuoy qualified designs, and the MK-84 SUS device qualified design. The results of this Sources Sought will be utilized to assess the state of the market for AN/SSQ sonobuoys and the MK-84 SUS research and development and engineering support. Other interested parties may identify their interest and capability to respond to the requirement no later than 16 February 2016. This procurement is being awarded sole source on the basis of FAR 6.302-1. 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." PROGRAM BACKGROUND Both Sparton Electronics and USSI previously provided support to NAVAIR PMA-264 under contracts N00421-10-D-0024 and N00421-10-D-0025, respectively. Both contracts were Cost Plus Fixed Fee type and expired 29 September 2015. A BOA was awarded to ERAPSCO (USSI/Sparton Joint Venture) on 1 June 2015 with a period of performance through 31 May 2020. SPECIAL REQUIREMENTS The contracted effort will require, at a minimum, a Security Clearance classification of SECRET. Some contracted effort may require secret storage. Businesses should be compliant with Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level III with regards to software development and system integration (hardware, software, testing, and project management). The proposed acquisitions will include a Conflict of Interest Solicitation provision and Contract Clause as set forth in Federal Acquisition Regulation (FAR) Subpart 9.5 ELIGIBILITY The Product Support Code (PSC) for this requirement is AC63. The North America Industry Classification System (NAICS) code is 334511. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. REQUIREMENTS The contractor shall furnish supplies and services in accordance with each individual order. Efforts may include AN/SSQ series sonobuoy feasibility studies, technical analyses, engineering investigations, sonobuoy-related testing equipment and sonobuoy hardware repairs, prototype sonobuoy fabrication and tests, sea/land test support, studies regarding proposed improvements and their impacts on systems that receive, process, and/or test sonobuoys, and integration of ASW sensor system improvements. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor 0% 100% 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 pt. font minimum) demonstrating ability to perform the services listed in the SOW. This documentation must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organizations supported, indication of whether a prime or a subcontractor, contract values, Government Point of Contact (POC) with current telephone number, a brief description of how the contract referenced relates to the services described herein; (2) a company's ability to be compliant with SEI Capability Maturity Model (CMMI) Level II with regard to software development and system integration (hardware, software, testing, project management); (3) company cage code; (4) resources available such as corporate management and currently employed personnel to be assigned tasks under this effort to include professional qualifications, specific experience of such personnel, and ability to have personnel located at the sites specified; (5) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (6) provide documentation of the company's ability to begin performance without delay upon contract award projected on 31 May 2016. Estimated Period of Performance is 31 May 2016 through 30 April 2021. The capability statement package may be sent by mail to Jenny Hanson (Code 2.3.2.5.4), Building 2272, Naval Air Systems Command, 47123 Buse Road, Patuxent River, MD 20670-1547, by facsimile to 301-995-0502, or by email to Jennifer. hanson @ navy.mil. Submissions must be received at the office cited no later than 2:00 pm Eastern Time on 16 February 2016. Questions or comments regarding this notice may be addressed to Jenny Hanson via email at Jennifer.hanson@navy.mil All responses must include the following information: Company Name, Cage Code, Address; Company business size under NAICS Code 541512; and POC name, phone number, fax number, and email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N0001916RFPREQPMA2640089/listing.html)
- Place of Performance
- Address: Deleon Springs, FL (Sparton BOA), Fort Wayne, IN (USSI BOA), United States
- Record
- SN04006305-W 20160203/160201234424-1f6a5b4dfc3ecebdfe24869c677581ff (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 |