SOURCES SOUGHT
R -- NAVAIR PMA-290 Special Missions Management of On-Site Services (MOSS)
- Notice Date
- 2/14/2024 6:07:56 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-APM290-0508
- Response Due
- 2/29/2024 11:00:00 AM
- Archive Date
- 03/15/2024
- Point of Contact
- Amanda Ellerbe, Ronald A Hickman
- E-Mail Address
-
amanda.r.ellerbe.civ@us.navy.mil, ronald.a.hickman.civ@us.navy.mil
(amanda.r.ellerbe.civ@us.navy.mil, ronald.a.hickman.civ@us.navy.mil)
- Description
- TITLE: NAVAIR PMA-290 Special Missions Management of On-site Services (MOSS) INTRODUCTION The Naval Air Systems Command (NAVAIR) PMA 290 Maritime Patrol and Reconnaissance Aircraft under Program Executive Office, Air Anti-Submarine Warfare (ASW), Assault and Special Mission Programs (PEO(A)) located at Patuxent River, MD announces its intention to procure on a competitive basis, the services necessary to provide technical, engineering, modernization, installation, integration, test, and operational services to provide support to the Special Missions program, in support of Department of Navy (DON), Department of Defense (DoD), and other Government agency projects. This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. Additionally, this sources sought is being used to gather constructive information from industry to improve the RFP.� This is for the NAVAIR PMA-290 Special Missions Management of On-site Services (MOSS). This is a follow-on requirement. The current contract information can be found in paragraph 3b below. There have been no significant scope, magnitude, or complexity changes from the current contract. This is not subject to bundling or consolidation. The following documents are attached to this Sources Sought Notice: Draft Performance Work Statement (PWS) Draft Labor Categories and associated Level of Effort (LOE) The following dates are anticipated time frames associated with this requirement: Estimated Draft RFP Release: APR 2024 Estimated Final RFP Release: JUN 2024 Estimated Award Date: 06 MAR 2025 Period of Performance/Ordering Period: 06 MAR 2025 � 05 MAR 2030 Primary Work Location/Place of Performance: PLACE OF PERFORMANCE� Location: NAS Patuxent River, MD� Location Distribution: 70%��� % On-Site Government: 25 % Off-Site Contractor: 75 Location: NAS Whidbey Island, WA Location Distribution: 10%��� % On-Site Government: 100 % Off-Site Contractor 0 Location: NAS Jacksonville, FL Location Distribution: 20%��� % On-Site Government: 100 %Off-Site Contractor 0 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. ANTICIPATED CONTRACT TYPE The Government is anticipating this follow-on contract to be a Basic contract plus 4 Option Years with Cost Plus Fixed Fee (CPFF) Term CLINs for Labor and Cost Reimbursable CLINs for associated Other Direct Costs (ODCs). The estimated total number of labor hours is 706,080. The incumbent contract information is as follows: Incumbent Contractor: Tyto Government Solutions, Inc. Contract Number: N6878619C1205 Contract End Date: 20 MAR 2025 Contract Type: CPFF Previous Set-Aside Designation: Limited Competition Level of Effort Hours or Number of FTEs on the contract: 775,200 hrs Program Background: Special Missions (SM) department consist of the following product areas across all Intelligence, Surveillance, Reconnaissance and Targeting (ISR&T) programs but not limited to; PMA-290 P-8 TMS, P-3 TMS, Maritime Patrol and Reconnaissance Force (MPRF) Family of Systems (FoS), Minotaur Family of Services (MFoS), Mobile Quick Look (MQL), MQL II, Ground & Mission Support Stations, Program Executive Offices (PEO), Department of Defense (DoD) System Commands (SYSCOMs), Navy Cyber Warfare Development Group (NCWDG), United States Coast Guard (USCG), Homeland Defense, and United States Government (USG) Intelligence, Surveillance, and Reconnaissance (ISR) platforms. Additionally, the SM team provides support to the other Unmanned Air Systems/Unmanned Air Vehicle (UAS/UAV) ISR&T programs that involve sensor technologies supported under the Office of the Chief of Naval Operations (OPNAV) N2/N6. These product and technology related programs are directly related to operational requirements for Command, Control, Communications, Computer, Intelligence, Surveillance, Reconnaissance, and Targeting (C4ISR&T) aircraft sponsored under OPNAV N98/N20/N2/N6.� SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES Any anticipated special requirements and required capabilities are detailed in Attachment, Draft PWS. This document details security clearance requirements for personnel, facility requirements, and any specific certifications that are required for the performance of this requirement. ELIGIBILITY The applicable NAICS code for this requirement is 541330 (Exception 1), Engineering Services, with a Small Business Size Standard of $47M.� The Product Service Code is R425, Technical and Engineering Services (non-IT).� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance.� Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government�s capability determination. SUBMISSION REQUIREMENTS Interested parties should address the following questions in their response. The responses to these questions will aid the Government in determining whether a company is capable in performing the requirement, so it is important to address these areas with specific details. What type of work has your company performed in the past in support of the same or similar requirement?� Company profile to include number of employees, annual revenue history, office location(s), CAGE code, Unique Entity Identifier (UEI) number, and a statement regarding current small/large business status.� Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern.� If a small business, provide an explanation of your company's ability or your company�s ability combined with a similarly situated entity�s ability to perform at least 50% of the tasking described in this PWS.� If your company is planning to team with a similarly situated small business, the response must clearly identify the proposed team members and the capability statement must clearly articulate which portion of the work each team member will be responsible for. The response must be detailed enough for the Government to make a determination whether or not the proposed team will be able to perform 50% of the work when combined. 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. What is your management approach to staffing this effort with qualified personnel? Statement regarding capability to obtain the required industrial security clearances for personnel.� Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Company's ability to begin performance upon contract award. Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements. 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 (dollars and hours), Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.1, 3.2, and 3.3 of the draft PWS Technical Requirements. If the company finds itself not capable to perform all parts of the PWS, please specify which portions of the PWS it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. In addition to the above, the Government is requesting feedback on the draft PWS, draft labor categories and associated LOE. If there is any feedback on any of these documents, please include that within the capabilities statement submission. Specific details are requested to help in supporting the feedback. This feedback DOES NOT count against the page limitations for the capabilities statement, and should be submitted as a separate file at the same time as the capabilities statement submission. The Government may or may not reach back out to the companies to discuss the feedback in depth. Interested parties shall adhere to the following instructions for the submittal of their capabilities statements. Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point. Document Type: Microsoft Word Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Amanda Ellerbe, at amanda.r.ellerbe.civ@us.navy.mil, and Contracting Officer, Ronald Hickman, at ronald.a.hickman.civ@us.navy.mil. Response date: Responses are due by 2:00PM EST or EDT on 29 FEB 2024. No classified information shall be submitted in response to this Sources Sought. No phone calls will be accepted. All questions must be submitted via email to the Contract Specialist, Amanda Ellerbe, at amanda.r.ellerbe.civ@us.navy.mil, and Contracting Officer, Ronald Hickman, at ronald.a.hickman.civ@us.navy.mil. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e42cb5069a6d4d3f90fae23e59c75a4b/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN06966369-F 20240216/240214230057 (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 |