SOURCES SOUGHT
R -- The Surface/Aviation Interoperability Laboratory (SAIL) Follow-on Effort for Engineering, Technical, Operational, Test & Logistics Services Support - DRAFT PBSOW
- Notice Date
- 3/6/2018
- 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
- N0042118R0045
- Archive Date
- 4/5/2018
- Point of Contact
- Shawn K. Harbaugh,
- E-Mail Address
-
shawn.harbaugh@navy.mil
(shawn.harbaugh@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Based Statement of Work for SAIL. INTRODUCTION The Surface/Aviation Interoperability Laboratory (SAIL) Branch at Patuxent River, MD is conducting market research to determine if there are interested small business firms capable of satisfying the Branch's requirement for engineering, technical, operational, test and logistics services necessary for conduct of Joint and Navy research and development programs; systems integration; simulation and stimulation systems development, test planning and conduct; command, control, communications, computers, intelligence, surveillance, and reconnaissance (C4ISR) systems interoperability; and technology demonstration programs. This requirement is a follow-on procurement to current contract N00178-05-D-4663-M809 with KBR Wyle. The existing contract is cost-plus-fixed-fee term with cost reimbursable contract line items for other direct costs (i.e., travel and material). Contract N00178-05-D-4663-M809 is due to expire on 14 April 2019. The solicitation for the follow-on procurement is anticipated to be released in the third quarter of FY18. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). 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 SAIL is aligned under the Test and Evaluation Competency, Integrated Battlespace Simulation and Test (IBST) Department, Integrated Combat Environments (ICE) Division at the Naval Air Warfare Center Aircraft Division in Patuxent River, MD. SAIL is engaged in interoperable surface/aviation mission systems research, development, test and evaluation (RDT&E), fleet support, integration and interoperability testing. SAIL essentially functions as an operational U.S. Navy ship for aircraft in the Patuxent River, MD area to test with and verify that their systems will be interoperable with before they are fielded and deployed. Historically, SAIL has been closely linked with the SH-60B Light Airborne Multi-Purpose System (LAMPS) and MH-60R Multi-Mission Helicopter (MMH) programs. As such, SAIL maintains a considerable amount of related shipboard and airborne systems, but is now a key test entity for numerous other aircraft including MQ-4C Triton, P-8A Poseidon, EP-3E Aries, MQ-8B/C Fire Scout, F/A-18E/F Super Hornet, EA-18G Growler, E-2C/D Hawkeye, MV-22 Osprey, UH-1Y Venom and AH-1Z Viper. SAIL is a vital participant in fleet technical demonstrations and exercises, including Naval Innovative Science & Engineering (NISE) experimentation, Annual Naval Technology Exercises (ANTX), Netted Sensors (NS), and Fleet Tactical Grid (FTG) experiments. SAIL assets are frequently used during Live, Virtual, and Constructive (LVC) events involving network connections with remote NAVAIR, NAVSEA, and SPAWAR laboratories. REQUIRED CAPABILITIES The contractor shall be capable of providing: (a) personnel qualified to perform the services described in the Draft Performance Based Statement of Work (PBSOW) attached to this announcement; and (b) support for installed avionics and combat systems required for SAIL to conduct its mission. All contractor personnel will be required to obtain and maintain a minimum clearance level of "Secret" within 60 days of contract award. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance. The contractor must have adequate corporate resources and purchasing policies, procedures and practices to acquire material/equipment required to support the SAIL mission. ELIGIBILITY The applicable NAICS Code for this requirement is 541330 with a Small Business Size Standard of $38.5 million in average annual receipts (13 CFR § 121.104 and 13 CFR § 121.106 provides guidance on calculating average annual receipts). The Product Service Code is AC66. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A Draft Performance Based Statement of Work (PBSOW) is attached to this announcement. The estimated period of performance for the requirement described therein is a base year and four one-year options with performance (100% on-site at Patuxent River Naval Air Station) commencing in April 2019. The contract type is anticipated to be cost-plus-fixed-fee term with cost reimbursable contract line items for other direct costs. The total level of effort for the five year period of performance is estimated at 259,200 man-hours. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. Interested small businesses are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch demonstrating the ability to perform the services listed in this notice and Draft PBSOW. This documentation must address at a minimum the following items: 1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address. 2. Current small business status under the stated NAICS (i.e., Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern). ***PLEASE NOTE: Submissions under this notice from organizations that are not small businesses under the applicable NAICS code will not be considered. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, etc. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number(s), organization(s) supported, indication of whether as a prime or subcontractor, contract values, Government point(s) of contact with current telephone number(s), and a brief description of how the referenced contract(s) relates to the services described herein. 5. Resources available, such as corporate management and currently employed personnel qualified to perform under this effort, including professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified. 6. Statement regarding capability to obtain the required facility and personnel security clearances. 7. Discussion of company's ability to perform more than 50% of the work, in terms of cost of performance, as required by FAR 52.219-14 in the case of a small business set-aside. 8. Details on the company's ability and qualification to manage a task of this nature, including management of any necessary subcontractors, beginning 30 days of contract award. Responses to this Sources Sought shall be electronically submitted to the Contract Specialist, Shawn Harbaugh, in either Microsoft Word or Portable Document Format (PDF), via email at shawn.harbaugh@navy.mil. The deadline for response to this request is 4 pm, EST, 20 March 2018. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted to Shawn Harbaugh, via email at shawn.harbaugh@navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N0042118R0045/listing.html)
- Place of Performance
- Address: Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04843996-W 20180308/180306231003-fbf7b107747f2fd0ada2f37513a2e2d2 (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 |