SOURCES SOUGHT
99 -- Research, Development, Testing and, Evaluation (RDT&E) services to Autonomous Unmanned Systems (AUS) programs across underwater, maritime, ground, air, and space domains
- Notice Date
- 11/14/2011
- Notice Type
- Sources Sought
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- SSC-Pacific_MKTSVY_9E6C2
- Response Due
- 12/15/2011
- Archive Date
- 12/30/2011
- Point of Contact
- Point of Contact - Jessica C Black, Contract Specialist, 619-553-4537
- E-Mail Address
-
Contract Specialist
(jessica.c.black@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- FSC: AC64NAICS: 541712 $27M Reference: Industry Day for Autonomous and Unmanned Systems (AUS), held 21 July 2011 at the Space and Naval Warfare Systems Center Pacific (SSC Pacific), San Diego, CA, Draft Statement of Work (SOW) entitled Autonomous and Unmanned Systems date 5 May 2011 and published 20 July 2011. NOTE: This Sources Sought is focused on a Multiple Award Contract (MAC) NOT the Other Transaction Agreement (OTA)briefed at the 21 July 2011 Industry Day.. SSC Pacific is seeking sources to provide Research, Development, Testing and, Evaluation (RDT&E) services to Autonomous Unmanned Systems (AUS) programs across underwater, maritime, ground, air, and space domains The scope of this anticipated aquisition includes full spectrum support to AUS RDT&E including the acquisition of autonomous/unmanned systems and the limited production of autonomous/unmanned systems. Specifically, the workwill include efforts to examine the architecture, engineering, functionality, interface and interoperability of autonomous/unmanned systems, services and capabilities at the tactical, operational and strategic levels, to include all enabling technologies. This encompasses operational exercise design and construction, operations and requirements analysis, concept formulation and development, feasibility demonstrations and operational support. This further includes efforts to analyze and engineer operational, functional and system requirements in order to establish national, theater and force level architectures and engineering plans, interface and systems specifications and definitions, and implementation, including hardware acquisition for turnkey systems. Additional efforts will include software design and implementation, as well as, systems integration, test and evaluation, and demonstration. This anticipated aquisition is NOT intended to replace or supercede AUS programs and acquisitions currently in place with other agencies or activities. The scope of this effort is to support the systems and programs serviced by SSC Pacific. A DRAFT Statement of Work (SOW) can be reviewed at https://e- commerce.spawar.navy.mil. This procurement is anticipated to be a multiple award, indefinite quantity indefinite delivery (ID/IQ), Cost-Plus- Fixed-Fee (CPFF) type contract. SSC Pacific anticipates issuing a solicitation for a three-year base period with the potential for two one-year award term options. A minimum guarantee will apply to the base period. There will be no minimum guarantee on the award term periods. The estimated value is approximately $99 million for all awards combined including option periods. The purpose of this pre-solicitation notice is to locate and identify qualified small business (SB) sources to determine if sources exist for a small business set aside. Interested SB firms are invited to respond to this sources sought announcement by providing: (1) information about their business size status (i.e., small, small disadvantaged, woman-owned small, HUBZone small, veteran-owned small, 8 (a), etc.; (2) a statement that they have the capacity to conform to FAR Clause 52.219-14 Limitations on Subcontracting, and (3) summary of experience and knowledge as it relates to the technical requirements set forth in the Draft SOW. A determination as to whether this acquisition will be a set-aside or full and open competition will be based, in large part, upon respondents capacity to perform and relevant experience to support RDT&E activities associated with Autonomous Unmanned Systems. Respondents shall only provide information related to efforts/contracts where the respondent was substantially involved with a significant level of the effort. The deadline for submission of capability information is 01 December 2011by 3:00 PM Pacific Time. Capability information is to be submitted via electronic transmission to the SPAWAR E-Commerce Central website. The URL for the SPAWAR E- Commerce Central is https://e- commerce.spawar.navy.mil. First time users of this site are encouraged to access the link titled Read Me First!, and then register through the link titled Submitting a Proposal?. SSC Pacific may not evaluate a respondents submission whichdoes not comply with the submission instructions. SSC Pacific will evaluate all submissions that comply with the submission instructions consideringthe respondents capacity to perform and the breadth, depth and relevancy of experience as it relates to the work envisioned in the Draft SOW. Each respondent to this notice will be notified in writing of the set-aside or unrestricted decision made for this procurement. Please direct any questions to Jessica Black, e-mail jessica.c.black@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f65b2d83e66e3ddd8919813e1fe17761)
- Record
- SN02622441-W 20111116/111114233942-f65b2d83e66e3ddd8919813e1fe17761 (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 |