SOURCES SOUGHT
A -- P-8A Acoustic Operational Flight Program (AOFP) Capability Defect Package (CDP) and Acoustic Software Improvement Support Tasks for Air Anti-Submarine Warfare (ASW) Systems Program Office (PMA-264)
- Notice Date
- 11/9/2020 1:26:18 PM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-22-RFPREQ-PMA-264-0013
- Response Due
- 11/24/2020 8:59:00 PM
- Archive Date
- 12/09/2020
- Point of Contact
- Jessica L. Dean, Phone: 3017570612, Brittney F. Davis
- E-Mail Address
-
Jessica.Dean1@navy.mil, brittney.davis@navy.mil
(Jessica.Dean1@navy.mil, brittney.davis@navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR), Air-Anti Submarine Warfare (ASW) Systems Program Office (PMA-264) located in Patuxent River, MD announces its intention to award a sole-source, Indefinite Delivery Indefinite Quantity (IDIQ) contract to The Boeing Company, Huntington Beach, to address P-8A Acoustic Operational Flight Program (AOFP) Capability Defect Package (CDP) and Acoustic Software Improvement support tasks. Interested parties may identify their interest and capability to respond to the requirement no later than 15 days after Sources Sought Notice Date. Estimated RFP release: April 2021 Estimated Award: February 2022 Period of Performance:� FY22, FY+1, FY+2, FY+3, FY+4 and FY+5. PLACE OF PERFORMANCE Huntington Beach, CA - 80% (Contractor Off-Site) California, MD - 10% (Contractor Off-Site) Patuxent River, MD - 10% (Government On-Site) 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.� PROGRAM BACKGROUND The Boeing Company, Huntington Beach is the sole designer and developer of the AOFP software in support of the P-8A Poseidon Multi-Mission Aircraft, to include, Increment 3 (INC3) Acoustic (I3A) software. This effort will provide continued CDP fixes to the P-8A acoustic software that result from Software Trouble Reports (STRs) submitted and approved by the Maritime Patrol Reconnaissance Aircraft (MPRA) community. Furthermore, acoustic software improvements will be developed and integrated into the AOFP under this effort to meet Fleet requirements. The P-8A Poseidon INC3 program is made up of an incremental approach via delivery of Block 1 (Engineering Change Proposal ((ECP)) - 4 and ECP-5) and Block 2 (ECP-6/7) capabilities. INC 3 Block 2 is comprised of two Acoustic improvements to the baseline AOFP software. This includes Net Ready Acoustic Architecture Migration (NRAAM) and the Multi-static Active Coherent Enhancements (MAC-E) capability. NRAAM refers to the porting of the P-8A Poseidon Acoustics Subsystem (PAS) (also known as AOFP) from the INC 2 baseline architecture into a new Software Oriented Architecture (SOA). MAC-E includes a variety of enhancements made to baseline MAC in order to support a larger search area in deep water environments. The AOFP requirements are currently being performed by The Boeing Company, Huntington Beach. The projected award date for this delivery order is February 2022. The anticipated Period of Performance (PoP) for this IDIQ will be FY22, FY+1, FY+2, FY+3, FY+4 and FY+5. These PoPs provide the optimal length to provide uninterrupted support of the AOFP software baseline that currently resides within the Fleet (INC 2 baseline) and the upgraded INC 3 ECP-6/7 baseline. REQUIREMENTS The P-8A CDP and Acoustic Software Improvements tasks include engineering and technical efforts to further develop and support the P-8A AOFP, acoustic signal and information processing, algorithm development, hardware and software technology enhancements or improvements, engineering analyses, product support, program management, system engineering, software and firmware updates to support new development and deficiencies, system defect corrections, modernization, Integration and Test (I&T) support, and obsolescence related upgrades. The Fleet identified trouble reports are grouped into CDPs and submitted for fix in subsequent Fleet Release builds. Upon approval, the Government will task the contractor with developing alternatives and ultimately implementing the corrections into one or more software builds. The CDP fixes are performed on an annual basis, and therefore require immediate resolution and rapid integration into the AOFP. SPECIAL REQUIREMENTS Performance of this effort requires the contractor to have access to classified information up to and including TOP SECRET.� The contractor�s facility must be approved by the Defense Security Service to process and maintain classified material at the TOP SECRET level.� The contractor must have computer information systems approved at the TOP SECRET level. Businesses should be compliant with Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level III with regard to software development and system integration (hardware, software, testing, and project management).� The proposed acquisition will include a Conflict of Interest Solicitation provision and Contract Clause as set forth in Federal Acquisition Regulation (FAR) Subpart 9.5. ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for this requirement is 336411. The Product Service Code (PSC) is AC13.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMITTAL INFORMATION Interested parties may submit a capability statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of the Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action base upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements should be pertinent and specific in the technical/management/business area under consideration, on each of the following: A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. A description of your company�s past experience and performance on efforts of similar size and scope within the last three years, including contract number, organizations supported, indication of whether a prime or a subcontractor, contract values, Government Point of Contact (POC) with current telephone number, a brief description of how the contract referenced relates to the services described herein. Include information on major subcontractor or suppliers to be used. Security Statement regarding capability to be compliant with SEI Capability Maturity Model (CMMI) Level III with regard to software development and system integration (hardware, software, testing, project management). Statement regarding capability to obtain the required industrial security clearances for personnel. Statement regarding ability to meet the requirements in the Facility and Safeguarding requirements relevant to classified information. Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company�s capability. Provide documentation of the company�s ability to begin performance without delay upon contract award projected in February 2022.� Estimated Period of Performance is 60 months.�� Written responses shall be no more than 15 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned).� Classified material shall not be submitted.� Responses to this Notice shall be sent via e-mail to the contract specialist listed on this Notice.� Submissions must be received by the contract specialist and contracting officer listed on this Notice no later than 15 calendar days after the date of this Notice.�� Questions regarding this sources sought must be emailed to the contract specialist and contracting officer listed in this Notice. Please do not inquire via telephone.� Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.) other than those transmitted by email will not be considered. All responses must include the following information: Company Name, Cage Code, Address; Company business size under NAICS Code 336411; and POC name, phone number, fax number, and email address. RBC, Inc. provides Contractor Support Services (CSS) to PMA-264.� RBC employees will help form the requirements and RBC therefore will not be allowed to bid on the Engineering Services at either the prime or subcontractor level.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0795313831fe4877aea2b8d19b8f2228/view)
- Place of Performance
- Address: Huntington Beach, CA, USA
- Country: USA
- Country: USA
- Record
- SN05849697-F 20201111/201109230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |