SOURCES SOUGHT
L -- Towed Array Engineering and Technical Services - Towed Array Engineering Services SOW - Towed Array Engineering Services Sources Sought
- Notice Date
- 3/14/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, 9500 MacArthur Boulevard, West Bethesda, Maryland, 20817-5700
- ZIP Code
- 20817-5700
- Solicitation Number
- N00024-16-R-3229
- Archive Date
- 4/14/2016
- Point of Contact
- James M. McGarvey, Phone: 3012274323
- E-Mail Address
-
james.m.mcgarvey@navy.mil
(james.m.mcgarvey@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Towed Array Engineering Services Sources Sought/Advanced Notice with Market Research Questionnaire Towed Array Engineering Services SOW THIS IS NOT A REQUEST FOR PROPOSAL (RFP) - AWARD OF A CONTRACT WILL NOT BE MADE AS A RESULT OF THIS NOTICE. ADDITIONALLY, CONTRACTORS WILL NOT BE COMPENSATED FOR COSTS RELATED TO RESPONSE PREPARATION AND/OR SUBMITTAL. The Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division, (NSWCCD) has a follow-on requirement to provide Engineering and Technical Services for towed array test equipment and modernization, towed array technology, towed array calibration, data acquisition system design; development and implementation. The primary North American Industry Classification System (NAICS) code for this procurement is 541330 with a Size Standard of $38,500,000. Included with this notice is a draft Statement of Work (SOW) and market research questionnaire for industry review/completion. The draft SOW is being provided to request comments and questions from potential offerors. The market research questionnaire is intended to assist the Government in determining the probability of small or large business prime contractors responding to a future RFP for this requirement. The Government anticipates making future decisions regarding the acquisition strategy based upon responses received from both small and large businesses that indicate an interest and demonstrate capability to perform the required effort. The Government's current acquisition strategy includes the following: Issuance of a task order solicitation N00024-16-R-3229 under the SeaPort-e Multiple Award Contract (MAC), to be competed on an unrestricted basis within the National Capital Zone (Zone 2); Non-performance based service acquisition; Best value trade-off source selection procedures; Cost-plus-fixed-fee (CPFF) term contract type/pricing structure; and Potential period of performance of five (5) years, consisting of a one (1) year base and four (4) additional one-year option periods. The North American Industrial Classification System (NAICS) code is 541330, Engineering Services. The associated size standard is $38.5M in annual receipts. For more information about size standards, please refer to http://www.sba.gov. The work is currently being performed under Contract N00178-04-D-4080-FD04 by ManTech Systems Engineering Corporation at 12015 Lee Jackson Highway, Fairfax, VA 22030-2844. Although responses are encouraged from all interested parties, please be advised that SeaPort-e shall be utilized as the mandatory acquisition vehicle for engineering, financial, and program management support services. SeaPort-e is the Navy's electronic platform for acquiring the aforementioned support services over 22 functional areas and consists of 2,400+ Indefinite Delivery, Indefinite Quantity (IDIQ) MAC holders. The SeaPort-e procurement portal shall exclusively be used to electronically issue the solicitation and to receive and evaluate proposals. AS SUCH, NSWCCD WILL NOT SEPARATELY PROVIDE THE SOLICITATION VIA FEDBIZOPPS (FBO) OR OTHER ELECTRONIC/PAPER MEANS. ONLY SEAPORT-E MAC HOLDERS WITHIN ZONE 2 MAY SUBMIT PROPOSALS. The intention of posting this notice in FBO is to foster small business subcontracting opportunities and garner interest in future Navy procurements. Furthermore, Navy Virtual SYSCOM may periodically decide to expand the existing SeaPort-e MAC via rolling admissions. Please refer to http://www.seaport.navy.mil for more information. Interested parties/potential offerors are encouraged to respond to this notice with questions, comments, and completed questionnaires as soon as possible, but not later than 30 March 2016. In addition to identifying questions and comments regarding the draft SOW, please complete the attached questionnaire to the best of your ability. All responses shall be submitted via-email to Mr. James McGarvey, Contract Specialist, at james.m.mcgarvey@navy.mil. Please note that no Government response will be provided to questions/comments submitted in response to this notice and respondents will NOT be notified of the results of the market research questionnaire. All questions/comments will be reviewed by the Government to assist in identifying revisions to be incorporated in the SOW. All market research questionnaires will be reviewed and the information will assist the Government in finalizing its acquisition strategy, including a determination regarding the utilization of a small business set-aside. All information will be kept confidential and will not be disseminated to the public. This advance notice and market research questionnaire is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/N00024-16-R-3229/listing.html)
- Record
- SN04049047-W 20160316/160314234429-8e54b69c0b71075816166648d5229063 (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 |