Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2018 FBO #6152
SOURCES SOUGHT

R -- Sources Sought for Design Agent Engineering and Technical Services - Draft SOW

Notice Date
9/25/2018
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
18-A1P-079
 
Archive Date
9/30/2019
 
Point of Contact
Alicia McPeters, Phone: 2158971949
 
E-Mail Address
alicia.mcpeters@navy.mil
(alicia.mcpeters@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW SUBJECT: Design agent engineering and technical services for the overall management, development, testing, troubleshooting, repair, configuration, maintenance and fleet sustainment of fielded networks and associated network user systems/clients on operational LPD 17 Class Amphibious Transport Dock Ships for Division 52 Lifecycle In-Service Engineering Agent (ISEA) Support of Mission Critical Interior Communications Data Networks. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition. INCUBMENT: N0024-15-C-2414, Raytheon Company Integrated Services PREVIOUS STRATEGY: Sole Source TECHNICAL CODE: Code 52 ANTICIPATED AWARD DATE: Q4 FY19 Contract Type - A Cost-Plus-Fixed-Fee (CPFF) contract is anticipated. The intent is to issue a sole source contract under the authority of 10 U.S. C. 2304 (c) (1), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements," as implemented by Part 6.302-1 of the Federal Acquisition Regulation (FAR). Period of Performance - The performance period will span five years from the date of award; and include a base period of 12-months and four 12-month option periods. Performance is anticipated to begin on or after 30 December 2019 when the current contract expires. Personnel Security Clearance - All personnel performing under this order shall possess a SECRET level security clearance. Interim clearances are acceptable. Work Location Requirements - The majority of all Design Agent work will be performed in San Diego, CA at the Contractor's office and lab facility. Shipboard Design Agent support will be provided primarily in San Diego, CA and Norfolk, VA, with support also provided in Mayport, VA and Sasebo, Japan as required. Emergent shipboard support may also be required at undetermined locations around the world to help resolve fleet issues if/when necessary. Design Agent support for labs will also be provided in Philadelphia, PA, Dahlgren, VA and Wallops Island, VA as requested. It is estimated that 95% of the work will occur on-site at the Contractor facility in San Diego, 4% of the work will occur shipboard and/or at ship homeport locations listed above, and 1% of the work will occur at off-site laboratories/test sites. Scope - The Naval Surface Warfare Center, Philadelphia Division (NSWC-PD) Division 52 is seeking sources to provide for the furnishing of provide design agent engineering and technical services for the overall management, development, testing, troubleshooting, repair, configuration, maintenance and fleet sustainment of fielded networks and associated network user systems/clients on operational LPD 17 Class Amphibious Transport Dock Ships. Design agent support shall be provided for networks and network user systems including but not limited to: Ship-Wide Area Network (SWAN), Ship Control Data Network (SCDN), the initial versions of federated Hull, Mechanical & Electrical (HM&E) and Navigation Networks, Navigation Data Distribution System (NDDS), Magnetic Signature Control System (MSCS), Engineering Control System (ECS), Ship Control System (SCS), Integrated Condition Assessment System (ICAS), Damage Control Systems and CIDS 23TV. The Contractor shall deliver to NSWCPD any and all Technical Data Package (TDP) items/elements for the aforementioned networks and network users systems for which they serve as the Design Agent. The Contractor shall be responsible for maintaining a land-based laboratory environment to perform testing and integration to facilitate their design agent support requirements. The Contractor shall also be responsible for providing Design Agent expertise in supporting testing and troubleshooting at other LPD 17 Networks labs as required. It is anticipated 84,000 total man-years of support will be required for the performance of this contract. Capability Statements: Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement. Capability Statements 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 • Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) • Points of contact, including: Name, title, phone, and e-mail address • CAGE Code and DUNS Number (1) A complete description of the offeror's capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as stated in the attached SOW, (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement; Section 2. Past/Current Performance. Suggested language: Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information should include: • Contractor's Facility Clearance (if required, this should be filled out by the negotiator) • Statement regarding capability to obtain the required industrial security clearances for personnel (if required, this should be filled out by the negotiator) • The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW • Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its' own employees in accordance with FAR 52.219-14 • The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and 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 • Contractor's ability to begin performance upon contract award. • A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Attachment (1) DRAFT Statement of Work (SOW) Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note: Prior to the award of a cost-type contract, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor's accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses must be received no later than 12:00pm EST on 05 October 2018 by e-mail to alicia.mcpeters@navy.mil. Milestones - It is anticipated that procurement milestones will occur on or around the following dates: Synopsis Issued: 19 November 2018 Solicitation Issued: 19 March 2019 Solicitation Closed: 28 April 2019 Award Date: 30 September 2019 Performance Start: 30 December 2019
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1c97d2c76e21783def6d659ed5d55171)
 
Record
SN05105093-W 20180927/180925231439-1c97d2c76e21783def6d659ed5d55171 (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.