Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
SOURCES SOUGHT

R -- Airborne Anti-Submarine Warfare (ASW) Systems Engineering Support - Draft SOW

Notice Date
8/1/2018
 
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
N00421-19-R-0001
 
Archive Date
9/4/2018
 
Point of Contact
Tiffany L Corbett, Phone: 301-757-9785, Candice L Anderson, Phone: 301-757-0013
 
E-Mail Address
tiffany.corbett@navy.mil, candice.anderson@navy.mil
(tiffany.corbett@navy.mil, candice.anderson@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drafted SOW Introduction: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine availability and technical capability of small businesses (including the following subsets: HUBZone Small Business concerns, Certified 8(a) Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, and Women-Owned Small Business concerns) to provide the required products and/or services. The results of this sources sought will be utilized to determine if any small business set-aside opportunities exist. All small business set-aside categories will be considered. 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 NOTICE IS STRICTLY VOLUNTARY. Requirement Description: The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for Contractor Support Services to provide engineering, laboratory, Sensor System Management (SSM), test site, program management, and program analyst support within the Airborne Anti-Submarine Warfare (ASW) Systems Engineering Division (AD-4.5.14) and airborne ASW specific efforts related to the RADAR and Antenna Systems Engineering Division (AD-4.5.5), and the Electro-Optic and Special Mission Sensors Engineering Division (AD-4.5.6) under the Avionics, Sensors and E*Warfare Department (AIR-4.5) within NAWCAD. Contractor support will include efforts related to research, design, development, testing, integration, delivery, and support engineering of ASW systems in support of new acoustic and non-acoustic sensors, systems and subsystems for naval air platforms and to improve existing maritime patrol and reconnaissance mission systems. A single award indefinite delivery indefinite quantity (IDIQ) contract is anticipated. The contract type is anticipated to be Cost-Plus-Fixed-Fee (CPFF). Place of Performance: Approximately 90% of the requirement will be performed at Government site to include NAWCAD Patuxent River, MD, where the majority of work will be done, and NAWCAD Detachment Crane, Indiana. Approximately 10% of the requirement will be completed at the contractor's facility. Contractors performing on-site support will be provided various items and information necessary to carry out assigned tasks. Examples include, but are not limited to: access to workspaces, telephones, printers, facsimile machines, copy machines, shredders, computers, and network access including web servers and applicable databases or other applications. Required Capabilities : Refer to the attached draft Statement of Work (SOW). The estimated total level of effort is approximately 80 Full-Time Equivalents per year. For examples of anticipated labor categories under this requirement, please refer to the attached draft Statement of Work. In addition to the above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' 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. For a SDVOSB set-aside, all SDVOSB team members (prime contractor and any SDVOSB subcontractors) would be included in calculating its performance to comply with FAR Clause 52.219-27. The attached SOW provides additional information about the required tasking. It is requested that, in its response to the Sources Sought, a vendor identify whether it has the capability to perform under all of the tasking or only specific portions of it. For each task area indicated, parties should demonstrate their capability. Since the resultant contract will be a cost-type, the successful awardee will also be required to have a Government approved accounting system upon contract award, per FAR 16.301-3(a)(3). Eligibility: The applicable NAICS code for this requirement is 541330, Engineering Services, with a current size standard of $38.5M. The Product Service Code (PSC) is R425, Engineering and Technical Services. Submission Details : The capability statement package shall be sent electronically to Tiffany L. Corbett, Contract Specialist, at tiffany.corbett@navy.mil and Candice L. Anderson, at candice.l.anderson@navy.mil. Responses shall be received no later than 4:00 p.m. Eastern Time on 20 Au gust 2018. Classified material shall not be submitted. Interested businesses should submit a brief capabilities statement package (no more than 10 pages in length, single spaced, and 12-point font minimum) demonstrating ability to provide the services listed in this Sources Sought Technical Description. This document must address, at a minimum, the following: (1) Title of the SOW you are applying to; (2) Prior/current corporate experience performing efforts of similar size and scope within the last 3 years, including Contract Number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the SOW; (3) Company profile to include number of employees, annual revenue history, office location, DUNS number, and a statement regarding current small business/socioeconomic size status; (4) Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) If a small business, the company's ability to perform 50% of the work, in accordance with either FAR 52.219-14 or 52.219-27, as applicable. All responses must include the following information: Company Name; Company Address; Company Business Size, and Point of Contact (POC) name, phone number, fax number, and email address. Anticipated Award Date: July 2019 Incumbent Information: Contract Number: N00421-05-D-0013 Incumbent: American Electronic Warfare Associates (AMEWAS) 44427 Airport Rd, Ste. 200 California, MD 20619-3095
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-19-R-0001/listing.html)
 
Place of Performance
Address: Patuxent River Naval Air Station, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN05016779-W 20180803/180801231848-bcfb850c3eeac1389747d3350603f195 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.