Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2024 SAM #8095
SOURCES SOUGHT

A -- Telemetry Network System (TmNS) INET with Southwest Research Institute

Notice Date
1/24/2024 6:56:35 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
2524000310
 
Response Due
2/1/2024 12:00:00 PM
 
Archive Date
02/16/2024
 
Point of Contact
Shannon Canada
 
E-Mail Address
shannon.m.canada.civ@us.navy.mil
(shannon.m.canada.civ@us.navy.mil)
 
Description
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. INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to procure, on a sole-source basis, an additional two years of performance under N00421-19-D-0044.� The current requirement under N00421-19-D-0044 is for the development and integration of the Telemetry Network System (TmNS) required for providing real-time test information between in-flight aircraft and ground engineering personnel, which are an integral component of the Prototype, Instrumentation, and Experimentation (PIE) departments Network Based Telemetry (NBT) project once associated with the Integrated Network Enhanced Telemetry (iNET) program. ELIGIBILITY The PSC for this requirement is AC14; the NAICS is 541715 with a size standard of 1,000 employees. ANTICIPATED PERIOD OF PERFORMANCE The additional ordering period of performance will be for two option years.� Option Year 6 � Period of Performance: 11-APR-2024 through 10-APR-2025 Option Year 7 � Period of Performance: 11-APR-2025 through 10-APR-2026 ANTICIPATED CONTRACT TYPE The current contract type is an Indefinite Delivery, Indefinite Quantity (IDIQ) with Cost Plus Fixed Fee (CPFF) delivery orders. �The capabilities described herein shall be utilized on-site at Naval Air Station Patuxent River, MD Atlantic Test Range. REQUIREMENTS The additional option years is for a current effort that will support the development and fielding of a new generation of standardized network-enabled components in accordance with the TmNS standards of the Range Commanders Council (RCC IRIG-106). Reference applications are used in direct support for validating/refining the interoperability as defined by the draft standards and is used to prove system concepts and work out operational processes and procedures. The contractor will continue the ongoing software development, integration, and testing efforts, and provide maintenance support of the System Manager and Link Manager reference applications which is integrated at different testing sites and during interoperability/compliance testing against other hardware components currently being developed under various contracts as part of the ongoing NBT project. The NBT program has several major milestones that must be achieved on-time in order to provide capabilities in alignment with various sources of funding and testing efficiencies required by Range users. Test support, software development, and software maintenance done as part of this contract must be in synch with these milestones in order to ultimately provide Full Operational Capability as described in the Test Capabilities Requirements Document. Program Milestones, which must be supported seamlessly, include: ?�������� Updated Incremental Releases of the Link Manager and System Manager - FY24 � FY26 ?�������� RF Network flight test support FY24 ?�������� iSIL testing of production representative TmNS components � FY24 ?�������� Range Integration of the production representative TmNS components � FY24 � FY25 ?�������� Initial Operational Capability - FY26 ?�������� Full Operational Capability � FY27 Due to the aggressive schedule of the NBT project, the contractor must have personnel trained with the requisite knowledge of the NBT/iNET project at the time of the contract award. �The contractor must be capable of being immediately productive with sustained progress. �Satisfaction of these constraints requires the contractor to be extremely familiar with the ongoing efforts involving the technical details, history, goals, and requirements as well as all details of existing alpha-versions and beta-versions of the software. The contractor must have an existing integration laboratory facility containing a full suite of TmNS prototype components along with their own ancillary test equipment, appropriate network traffic generation and analysis equipment so that they can reproduce, troubleshoot, correct and retest any issues that arise as the result of flight tests and other user inputs deemed relevant to achieving program goals. The contractor must also have Subject Matter Expertise with all Inter-Range Instrumentation Group (IRIG) standards related to the TmNS to test, verify, and develop software in accordance with those standards. This highly detailed level of familiarity is also required so that the contractor can work with the RCC to evolve those standards as appropriate based on flight test results and other real-world experiences without any delays. In addition to the requirements 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 & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. The successful awardee will also be required to have a Government approved accounting system upon contract award. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the software listed in the attached Requirements List.� This documentation must address, at a minimum, the following:�� 1.�������� Title of the requirement you are applying to; 2.�������� Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3.�������� 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 software described herein; 4.�������� 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 city specified; 5.�������� Management approach to staffing this effort with qualified personnel; 6.�������� Statement regarding capability to obtain the required industrial security clearances for personnel; 7.�������� Company's ability to perform at least 50% of the work; and 8.�������� Company's ability to begin performance upon contract award. The capability statement package shall be sent by email to Shannon Canada at shannon.m.canada.civ@us.navy.mil. Submissions must be received by email no later than 3:00 p.m. Eastern Standard Time on 01 February 2024.� Questions or comments regarding this notice may be addressed to Shannon Canada via email at shannon.m.canada.civ@us.navy.mil. All responses must include the following information:� Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/df2ea6c2d98b47e6abf2e184d06e05f3/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06944468-F 20240126/240124230044 (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 |
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.