SOURCES SOUGHT
58 -- Submarine High Data Rate Antenna Pedestal Group and System Engineering Repairs support services - DRAFT STATEMENT OF WORK
- Notice Date
- 2/20/2018
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-R-1237
- Point of Contact
- Audra L. Medeiros, Phone: 4018326050
- E-Mail Address
-
audra.medeiros@navy.mil
(audra.medeiros@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work Sources Sought # N6660418R1237, NUWCDIVNPT Code 34, Submarine High Data Rate Antenna Pedestal Group and System Engineering Repairs support services This is a Sources Sought announcement in anticipation of a potential future procurement. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) is seeking information to foster competition and to identify companies that possess the interest, technical capability, facilities/equipment and qualifications to provide Submarine High Data Rate (SubHDR) Antenna Pedestal Group (APG) Repairs and Supplies as well as SubHDR system engineering technical services, including SubHDR depot level APG inspection, evaluation, testing and repair; SubHDR system sub-components evaluation, repair and replacement of failed components; SubHDR system Line Replaceable Units (LRUs) (as part of repair process); SubHDR In-Service Engineering Agent (ISEA) engineering and technical services; SubHDR mast and system technical services, systems engineering, and test equipment design and manufacturing; and configuration management of SubHDR Mast Group replacement components. Statement of Work (SOW) primary focus areas are: 1) APG Standard Repair and Refurbishment 2) SUBHDR Line Replacement Unit Repair and Restoration 3) SUBHDR Spares Inventory Management 4) ISEA Technical Services 5) Engineering Test Equipment Services 6) On-Site SUBHDR Engineering and Technical Services THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a research market tool being used to maximize competition and enable the Government to identify potential sources interested in and capable of providing the products and services described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The NAICS for this requirement is 334220 with a size standard of 1,250. This procurement is a follow-on to a previous indefinite quantity-indefinite delivery Contract (Contract No. N66604-14-D-3072), which was solicited on an "Unrestricted" basis. The incumbent contractor is BTP Systems, LLC (BTP). All interested small businesses are encouraged to respond. The results of this Sources Sought will be used to determine the method of soliciting this requirement, i.e., set-aside for Small Business or soliciting on an Unrestricted Basis. The total level of effort is approximately 73,500 man-hours for the anticipated five (5) year duration. The anticipated performance period will span 5 years from the date of award. After review of the submitted Capability Statement, NUWCDIVNPT will release a Synopsis to Industry regarding the acquisition strategy/decision (i.e. Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service Disabled Veteran-Owned Business Set Aside) prior to release of the final Request for Proposal (RFP). It is anticipated that the RFP will be posted in March 2018, with contract award in September 2018. The resulting indefinite delivery indefinite quantity contract will use Firm-Fixed Price (FFP) provisions for the standard repairs and the purchase of spares and Cost-Plus-Fixed-Fee (CPFF) provisions for engineering support services made through completion type orders. It is requested that interested businesses respond with a brief capabilities statement package (no more than 5 pages in length, single spaced, and 12 point font minimum) demonstrating their ability to meet the requirements listed in the attached draft SOW to Audra L. Medeiros, Contract Specialist, at audra.medeiros@navy.mil, by 1400 EST on 3/6/18. Questions or comments must be submitted by 1400 EST on 2/27/18. Absolutely no requests for extensions will be honored. Late responses will not be considered. The Technical Capability Statement must address, at a minimum, the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. •· Name of Company and address •· Confirmation of Company size status under NAICS Code 334220 •· Ownership, including designation: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business •· Two points of contact, including: Name, title, phone, and e-mail address •· CAGE Code and DUNS Number Section 3. Past/Current Performance. Provide one (1) example of prior/current corporate experience providing similar technical capability within the last three (3) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the tasks described herein. Section 4. Technical Response. Provide a detailed technical response that addresses the tasks identified in the SOW. Information should include: •· Potential offerors shall describe the manufacturing and test facilities and equipment to which they have access in order to meet the procurement requirements. If the potential offeror does not own its facilities and equipment, the offeror shall provide evidence that it will have a commitment or an arrangement to rent, purchase or otherwise acquire the needed facilities and equipment. •· The contractor's capacity or potential approach to executing the requirements of the SOW. This response should include a discussion of resources available, such as currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified Attachment (1): Draft SOW DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS 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 ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-R-1237/listing.html)
- Record
- SN04828274-W 20180222/180220231403-a698ce98df7edf277a2d88e406e0cac9 (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 |