Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
DOCUMENT

R -- Airborne Electronic Attack (AEA) Engineering Support - Attachment

Notice Date
7/26/2011
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.3a 429 E. Bowen Rd. - Stop 4015 China Lake, CA
 
Solicitation Number
N6893611R0064
 
Response Due
8/25/2011
 
Archive Date
8/25/2012
 
Point of Contact
Helen Xiong, 760-939-5124
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA is seeking qualified vendors to provide engineering support services for the Airborne Electronic Attack (AEA) Integrated Product Team (IPT). This is a Sources Sought to determine the availability and technical capability of all prospective businesses. This is a follow-on contract to Wyle Laboratories, Inc., Contract #N68936-10-D-0014. All responsible sources are encouraged to respond. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. 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. BACKGROUND: The AEA IPT is a Capability Maturity Model Integration (CMMI) accredited NAWCWD government and contractor team consisting of over 230 personnel stationed at Point Mugu, California. The team provides complete Electronic Attack (EA) and Electronic Surveillance (ES) JMPS Mission Planning systems and software engineering support for EA-6B, EA-18G, E-2C and MH-60R, plus future naval platforms such as F-35 (JSF), P-8A (MMA) and BAMS. The team serves as the EA-6B Prowler WSSA, producing Operational Flight Programs and conducting systems engineering and integration of avionics and weapon system upgrades. The team serves as the EA-18G Growler AEA SSA, producing Operational Flight Programs and conducting systems engineering and integration of avionics and weapon system upgrades. The team also provides jamming techniques optimization and world emitter databases to enable naval airborne Electronic Attack and Electronic Support implementation around the world. Principally focused on Electronic Warfare for the Naval Aviation Enterprise (NAE), the AEA IPT provides the building blocks for all three pillars of AEA. REQUIREMENTS: Refer to the attached DRAFT Performance Work Statement (PWS). The Contract Type is anticipated to be a Cost-Plus-Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ), with an estimated total level of effort of approximately 32,640 man-hours for year one, 32,640 man-hours for year two and 32,640 man-hours for year three or 97,920 hours over the life of the contract (three years). Travel will be required as specified in the DRAFT PWS. The contractor may be requested to purchase materials in accordance with (IAW) the DRAFT PWS. The services will be performed at the locations IAW the DRAFT PWS. The following are examples of anticipated labor categories under this requirement: Program Manager; Systems Engineer; Senior Technical Staff; Journeyman Engineer; Junior Technical Staff; and Support Staff. ELIGIBILITY: The applicable NAICS code for this requirement is 541330. The Product Service Code (PSC) is R425. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to perform the services listed in the DRAFT PWS. This documentation must address, at a minimum, the following: 1. Title of the DRAFT PWS you are applying to. 2. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 3. Company size for NAICS 541330 size standard $4.5M. 4. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 5. 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, a brief description of how the contract referenced relates to the services described in the DRAFT PWS. 6. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number. 7. 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/working at the sites specified in the DRAFT PWS. 8. Management approach to staffing this effort with qualified personnel. 9. The contractor ™s technical ability or potential approach to achieving technical ability specified in the DRAFT PWS. 10. The contractor ™s capacity, or potential approach to achieving capacity, to conduct the requirements of the DRAFT PWS. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. 11. Confirmation that the company has a DCAA approved accounting program currently in place. The capability statement package shall be submitted by mail to COMMANDER, CODE 254300D, NAVAIRWARCENWPNDIV, BLDG 982, MAIL STOP 4015, ATTN: Helen Xiong, Contract Specialist, 429 E. Bowen Road, China Lake, CA 93555-6108. Questions or comments regarding this notice may be addressed by email to helen.xoing@navy.mil. One hard copy and one soft copy fully compatible with Microsoft Office 2003 on CD-ROM responses shall be received at this office no later than 4:00 p.m. Pacific Time on 25 August 2011 and reference this synopsis number on both the mailing envelope as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/65fdad7b39cc63a112b7363b4e09a696)
 
Document(s)
Attachment
 
File Name: N6893611R0064_Draft_PWS.pdf (https://www.neco.navy.mil/synopsis_file/N6893611R0064_Draft_PWS.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6893611R0064_Draft_PWS.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02510941-W 20110728/110726235430-65fdad7b39cc63a112b7363b4e09a696 (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.