SOURCES SOUGHT
99 -- Advanced Technology Development Department Research and Development Support Services
- Notice Date
- 8/3/2022 7:17:59 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-23-R-DAiTA-ATD
- Response Due
- 9/5/2022 11:00:00 AM
- Point of Contact
- Greg Tollefsen
- E-Mail Address
-
gregory.e.tollefsen.civ@us.navy.mil
(gregory.e.tollefsen.civ@us.navy.mil)
- Description
- Sources Sought in support of NAWCAD Advanced Technology Development Department Research and Development Support Services � Introduction and Overview THIS IS A SOURCES SOUGHT. THERE IS NO SOLICITATION PACKAGE AVAILABLE.� The Naval Air Systems Command (NAVAIR) is requesting information pertaining to obtaining research, development, engineering and programmatic support services to rapidly research, develop, mature, procure, integrate, upgrade, support and sustain autonomous and emerging technology based advanced weapons systems capabilities. These solutions are needed to support all phases of acquisition programs, operational field demonstrations, prototyping, experiments, operational assessments, extended user evaluations, and fleet/force deployments.� The purpose of this Sources Sought is to perform market research to support the development of appropriate acquisition strategies for current and future requirements. The Naval Air Warfare Center Aircraft Division (NAWCAD) at Naval Air Station Patuxent River, under the Digital Analytics Infrastructure and Technology Advancement (DAiTA) Group, is conducting market research into corporate capabilities and interest to provide contractor support services for NAWCAD Advanced Technology Development Department Research and Development Support Services (RADSS).� The scope of this effort is defined in Attachment 1: DRAFT ATDD RADSS SOW.� The nature of the projects executed by the Advanced Technology Department are often one to three year efforts while utilizing similar technical skills sets across the portfolio of projects or research areas. Government anticipates this effort will have the following characteristics: Approximately 30 FTEs with the predominance of the steady state work is associated with SOW Sections 3.3.2 Autonomy Research and Development, 3.3.6 Project Management Support, and 3.3.7 Administrative Support.� NAICS Code: 541330 Annual Material/ODC: $15M Annual Travel: $200,000.00 Seaport NG Task Order (F-Type) with Technical Direction Letters All work at the TOP SECRET level will be conducted at NAS Patuxent River.� Work will require performance up to SECRET at the contractor facility. Sources Sought Response Instructions Responses to the Sources Sought should be submitted electronically to gregory.e.tollefsen.civ@us.navy.mil �� Responses shall be limited to the below topics and are bound by sectional page limits. �Topic 1: Discuss your corporate capabilities to satisfy all elements of this requirement.� Response should include corporate experience and ability to support each subject area as defined by SOW Section 3.3.1 through 3.3.7, ability to provide appropriate labor inclusive of the ability to surge in highly specialized subject matter areas as defined in the SOW, contractor facilities including ability to perform at the SECRET level at the contractor site(s), existing tools, environments, facilities and test capabilities relevant to the requirements of the solicitation. (No more than 8 pages) Topic 2: Discuss your ability to perform at the TOP SECRET facilities clearance at the Government site and SECRET safeguarding at the Contractor site. (No more than 1 page) Topic 3: Discuss your status in regards to a DCMA approved Accounting System in accordance with DFARS clause 252.242-7006� and �DCMA approved purchasing system in accordance with DFARS 252.244-7001.� Discuss your ability to source and acquire prototype aircraft components (sensors, avionics, mission systems components, etc.), models / simulations and associated tools, labor infrastructure equipment (computers, software, test equipment, etc.). (No more than 2 pages) Topic 4: If you are a small business, discuss the suitability of this requirement for a small business set-aside, inclusive of further socio-economic set asides, under the proposed NAICS code. If your company is considered a large business under the proposed code, provide your notional subcontracting strategy of how you would best incorporate small business, small disadvantaged business, woman-owned small business, HUB Zone small business, veteran owned small business, and service disabled veteran owned small business, in the overall performance of this effort. (No more than 2 pages) Topic 5: Provide feedback / recommendations for contracting approach, proposed NAICS code, SOW content and format, Labor Category descriptions and qualifications. (No more than 2 pages and may provide a redlined version of the Government provided source documents) A page is defined as a single sided 8.5� by 11� page using 1 inch margins from each edge.� Response must be in font size 12, Times New Roman. The information shall be submitted as UNCLASSIFIED. Do not submit any documents (letters, corporate statements or marketing information) other than the directly requested information.� The Government may elect not to discuss submissions received in response to this Sources Sought with individual responders. There is no requirement to respond to the Sources Sought in order to be eligible to propose on the planned RFP.� However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy and the determination of the appropriate size standard.� Respondents shall fully use this opportunity to describe proven capabilities in performing similar services.��� DISCLAIMER The Government does not intend to award a Contract or Task Order on the basis of this Sources Sought. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation.� In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement.� Respondents are solely responsible for all expenses associated with responding to this Sources Sought.� Responses to this Sources Sought will not be returned.� Respondents will be notified of the results of the review.� A FORMAL SOLICITATION IS CURRENTLY UNDER DEVELOPMENT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bd933e87e79c43e1ba762cf278ef1bc3/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN06413599-F 20220805/220803230119 (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 |