SOURCES SOUGHT
L -- Satellite Communication (SATCOM), Radio Frequency (RF), Video, and Networking Technology projects including: requirements definition; solution definition; integration, installation verification/validation; operation and sustainment. - DRAFT PWAS
- Notice Date
- 4/4/2018
- 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
- N00421-18-R-0053
- Point of Contact
- Helen Choo, Phone: 3017579056, Sonya M. Carpenter, Phone: 301-757-1343
- E-Mail Address
-
helen.choo@navy.mil, sonya.carpenter@navy.mil
(helen.choo@navy.mil, sonya.carpenter@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS FOR SOURCES SOUGHT THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. The responses of the Sources Sought will be utilized as a market research tool to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. Furthermore, this market research tool is being used to identify potential small business firms capable of providing services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. 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 these Sources Sought. Specific details will be provided in a solicitation at a future time which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. INTRODUCTION: The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department (AIR 2.5.1.2), Patuxent River, MD is posting this Sources Sought to determine the interest in this requirement and determine if that interest warrants a full and open competition or a set-aside under the National Capital Zone 2 for support to NAWCAD Satellite Communication (SATCOM), Radio Frequency (RF), Video, and Networking Technology projects including: requirements definition; solution definition; integration, installation verification/validation; operation and sustainment. Assigned efforts will involve the integration/installation of new SATCOM RF, Video, and Networking systems/equipment; the upgrade/modernization of existing systems/equipment; and the use of legacy, current, and emerging SATCOM, RF, video, and networking technologies to meet unique requirements. Locations include primarily within Continental United States (CONUS) locations; completion of some projects will require travel to Outside of the Continental United States (OCONUS) locations. PROGRAM BACKGROUND: The Naval Air Warfare Center Aircraft Division (NAWCAD) Special Communications Mission Solutions (SCMS) Division (AD-4.11.4), located at Webster Field Annex, St. Inigoes, MD, integrates and delivers products for Command, Control, Communications, Computers, Combat, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems. These critical C5ISR solutions are funded by a broad range of DoD and non-DoD customers, including joint forces commands, warfighters and disaster recovery/first responders. The SCMS Division is the organic Lead System Integrator (oLSI) using a rapid engineering process to provide solutions with a blend of Commercial-off-the-Shelf (COTS), government off the shelf, and fully customized products. The SCMS Division will be integrally involved in the design, production and support of these SATCOM, RF and Network Technology products. This requirement is a follow-on procurement to task order N00178-14-D-7835-4Y01 currently being performed by MIL Corporation of Bowie, Maryland. The existing task order is a Cost Plus Fixed Fee (CPFF) effort. This task order is due to expire 14 October 2019. 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. ANTICIPATED PERIOD OF PERFORMANCE The estimated period of performance consists of one five-year ordering period. The anticipated start date is 19 April 2019. ANTICIPATED PLACE OF PERFORMANCE: Government site: St. Inigoes, MD and contractor's site. REQUIRED CAPABILITIES: Please see the attached draft Performance Work Statement (PWS) for specific requirements. The tasking associated with this effort is considered "hybrid" and consists of non-performance based (term or Level of Effort (LOE) tasking and performance based (completion) tasking. Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardee will also be required to have a Government approved accounting system upon contract award. Additionally, A DD Form 254 Contract Security Classification Specification shall apply to this requirement, and the prime contractor shall have or demonstrate the ability to obtain a "Top Secret" Facility Clearance and "Top Secret" Safeguarding. Please include in your response your ability to meet the Facility and Safeguarding requirements In addition to the requirements above, please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business's General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of 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(1)(i) and HUBZone Small Businesses (FAR 52.219-3(d)(1). ELIGIBILITY: The applicable NAICS Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $38.5 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Government anticipates that the Product Service Code (PSC) will be N058 Installation of Equipment - Communication, Detection and Coherent Radation Equipment. SUBMITTAL INFORMATION: Interested businesses shall submit responses electronically to NAVAIR Contract Specialist, Helen Choo, in Microsoft Word or Portable Document Format (PDF) at helen.choo@navy.mil no later than 2:00 pm Eastern Standard Time on 23 April 2018. The attached draft PWS includes the NAVAIR Standard Labor Category Personnel Qualifications for review. Feedback from industry is being sought on the PWS, the NAVAIR Standard Labor Category Personnel Qualifications, and suggestions/recommendations on CLIN structure for the basic contract award. Industry is also being solicited to suggest performance metrics related to each PWS task area. Interested Businesses should submit a brief capabilities statement package (no more than five (5) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Capabilities documentation must address, as a minimum, the following: Title Page: The capability package must be assembled with a title page containing the following information: Company name Company address Point of contact (including name, phone number, email address, and fax number) Cage code DUNS number Business size Specific Questions: 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? 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 PWS for the base period as well as the option periods. 6. Provide a statement including current small/large business 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 are a large business or qualify as a Small, Small Disadvantaged, 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. Company Profile: Office location(s), annual revenue history, include number of employees, statement indicating business size and if company is small, small disadvantaged business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), HUBZone Small Business (HUBZone), or 8 (a) business. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify a subcontracting goal. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. No phone or email solicitations with regard to the status of the Request for Proposal (RFP) will be accepted prior to its release. Specific details will be provided in a solicitation which is anticipated to be released in the fourth quarter of 2018 at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-R-0053/listing.html)
- Place of Performance
- Address: Government site: St. Inigoes, MD and contractor’s site., Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04877783-W 20180406/180404231032-4eecf1fb0046421bf168b258898aac97 (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 |