SOURCES SOUGHT
J -- In-Service Engineering Agent (ISEA) For Naval Electronic Surveillance Systems
- Notice Date
- 4/9/2012
- 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_B8D9E
- Response Due
- 4/30/2012
- Archive Date
- 5/15/2012
- Point of Contact
- Point of Contact - Patricia A McDaniel, Contract Specialist, 619-553-5726
- E-Mail Address
-
Contract Specialist
(patricia.nash-brown@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for information (RFI) forServices Procurements REFERENCE NUMBER: N66001-12-R- 0001 **LARGE BUSINESSES DO NOT NEED TO RESPOND TO THIS NOTICE** 1. This Market Survey is issued for the purpose of determining Small Business capabilities. Small Business firms having the capabilities to perform the tasking described in this RFI are encouraged to respond. It should be noted that any resultant contract for services (except construction) will require at least 50 percent of the cost of the contract performance incurred to be expended for employees of the concern proposing as a prime. Please see FAR Clause 52.219-14, Limitations on Subcontracting (Nov 2011) for prescription and complete version of the clause. 2. The contractor will be tasked to accomplish the work as specified in the draft Performance Work Statement (PWS) posted on the SPWAR e- Commerce website under the reference number cited above. A.The Space and Naval Warfare Systems Command, Systems Center Pacific (SSC-Pac), is issuing this Market Survey for determining Small Business capabilities and is soliciting information from potential sources to provide Space and Naval Warfare Systems Center Pacific (SSC Pacific) Special Projects and Electronics Branch, Code 4144 and Security Systems Branch, Code 4145 of the Joint Integrated Systems Division, Code 414 In Service Engineering Agents (ISEA) and acquisition support for Naval Electronic Surveillance Systems (ES) during their life cycle. The primary systems and efforts to be supported include Sensor Management System (SMS), Joint Perimeter Surveillance Command and Control System (JPSC2), Adaptive Networks (ADN), Mobile Remote Video Surveillance System (MRVSS), Ground Radar for Personnel Detection (GRPD), Intrusion Detection Systems (IDS), Microwave systems, Alarm systems integration, Emergency Response Networks, AN/TSQ-108A, Electronic sensors, C4I support, Regional Dispatch Center support, AT/FP Information management support and future Code 414 systems. In addition, technical expertise will be provided to the Program Executive Offices (PEO), Naval Sea Systems Command (NAVSEASYSCOM), Naval Facilities Engineering Command (NAVFAC), Naval Intelligence Command (NAVINTCOM), other Department of Defense (DOD) agencies, Department of Homeland Security (DHS), United States Coast Guard (USCG), Customs and Border Patrol (CBP) and other Government activities as required. B.The Government anticipates this effort to be a CPFF/Cost Reimbursement type contract for a three (3) year period of performance. In addition, multiple awards will not be considered. This is a follow-on contract for Security Systems Branch and Special Project and Electronic Systems, contract number N66001-07-D-0018 and the incumbent contractor is SERCO. C.The Governments estimated level of effort for this procurement, based upon Full Time Equivalents (FTEs) will be approximately 273,360 per year Each FTE is estimated below: Labor Category Straight Hrs OT Hrs Total Program Manager 6,000 1206,120 Contract / Admin Specialist 8,000 1608,160 Sr. Systems Engineer 12,000 240 12,240 Software Systems Engineer 8,000 1608,160 CM Support Specialist 10,000 200 10,200 IA Support Specialist 20,000 400 20,400 ILS Engineer 6,000 120 6,120 Engineer Technician 6 20,000 400 20,400 Engineer Technician 5 18,000 360 18,360 Engineer Technician 4 14,000 280 14,280 Engineer Technician 3 14,000 280 14,280 Engineer Technician 26,000 120 6,120 Supply Support Specialist 4,000 804,080 Material Coordinator 6,000 1206,120 Sr. Technical Writer 10,000 200 10,200 Training Specialist/Instructor 2,000 402,040 Installation Design Engineer 10,000 200 10.200 Installation Manager 12,000 240 12,240 Systems Engineer 14,000 280 14,280 Electronics Technician/Maint 3 20,000 400 20,400 Electronics Technician/Maint 2 10,000 200 10,200 Word Processor 2 8,000 1608,160 Warehouse Specialist 4,000 804,080 Drafter 3 14,000 280 14,280 Direct Labor Hours (DLH) 268,000 5,360 273,360 D.The Governments estimated dollar range for this effort is: >$ 50M - $ 100M E. The applicable NAICS code is 541330 with a size standard of $ 35.5M. 3. Responses shall be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single-spaced typed lines, 1 inch margins, 12 point Times New Roman font. Tables may use 10-point font. Graphics or pictures are not allowed. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used, and they will be counted against the page count limitations. Text entered into Attachment 1 shall be single spaced Times New Roman 10 point font. Respondents are responsible for ensuring the legibility of all table, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. When submitted, the format of Table 1 shall not be changed from how it appears in this document. 4. Responses shall include a Corporate Description section and a Corporate Experience section as described below. Section 1: Corporate Description. Capability Responses must include all of the following information (2 page limit): (1) Name of firm (2) State the respondents size status and whether the respondent is registered in applicable NAICS code listed in paragraph 2E above. (3) Ownership, including whether:, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran- Owned Business; (4) Two points of contact, including: Name, title, phone, and e-mail address (5) CAGE Code and DUNS Number (6) Affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). (7) A completed Table 1. Table 1is a listing the percentage of work a respondent can perform with respect to the stated requirements based on the respondents capabilities. This is an assessment/ analysis of a respondents independent abilities as to what they can or cannot perform exclusive of any potential subcontractor/team member information. Do not include any documentation or percentages for any company other than your own. For respondents planning to propose a teaming arrangement that complies with the requirements set forth in FAR clause 52.219-27 (Notice of Service- Disabled Veteran-Owned Small Business Set-Aside (Nov 2011), Table 1 must be completed for each of the teaming partners. In this case, additional Table 1 listings may be submitted on additional pages, but those additional pages shall only contain those additional tables no additional narrative is permitted on these extra pages beyond a one line caption for each table. Respondents shall fill in Columns B and C of Table 1. a. The percentages listed in Column A represent the governments estimated percentage of effort in each technical area that will be required relative to the overall effort of the contract. b. Entries in Column B reflect the percentage work in each technical area that a respondent can accomplish as described above. The values in each of the rows of this column will be between 0 and 100%. c. Values in Column C represent the percentages of the overall contract that the respondent can accomplish in each task area. For each task area, this is determined by multiplying the percentage listed in Column A with the percentage entered in Column B. The sum of the values in Column C represents the percentage of the overall contract that the respondent can accomplish. This value cannot exceed 100%. TABLE 1 Respondents Level of Effort Capability Functional AreaTasking Description (with PWS Paragraph Reference) Column A Percentage of Functional Area Effort in the Overall Task (Gov Est)Column B Respondents Projected Level of Effort in each Functional Area (%)Column C Respondents Projected Level of Overall Task Effort (Col A) x (Col B) (%) AProgram Management (Para 3.1)5 % BProgram Support (Para 3.2) 10 % CHardware Engineering (Paras 3.3)50 % DSoftware Engineering (Para 3.4)10 % EIntegrated Logistics Support (Para 3.5)25 % Totals 1100% Table 1 notes: 1. The Sum of the values in Column C represent the percentage of the task that the respondent can perform as the prime. (8) A list of customers for current and relevant work performed. The purpose is to demonstrate the primes management infrastructure, capacity to procure and manage a level of effort which may include, but is not limited to, teaming arrangements, joint ventures, etc. that correspond to the technical tasking, relevant experience, and past performance. Respondents shall submit at least 1, and no more than 3, citations of current and relevant work performed This information is not part of the description of the corporate capabilities for technical requirements listed in the draft PWS. a. Current work is defined as work performed within the five (5) years before the posting date of this market survey. b. Common aspects of relevancy include similarity of services/support, complexity, dollar value, contract type, and degree of subcontract/teaming. c. Information for each customer shall be provided by completing the Relevant Contract Experience Matrix provided as attachment (1) to this template. (9) A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. (10) A statement that the respondent either agrees or does not agree that their company or partnerships name can be published as one of the respondents to this RFI. (11) Additional Information. Interested vendors are requested to submit a statement of their knowledge and capabilities to perform the following: a. Contractor must be able to provide personnel cleared to a SECRET clearance level to support this contract. Interim clearances are not acceptable. Section 2: Corporate Capabilities. Respondents shall summarize the work their company, employees or partnership has performed relevant to this planned requirement by demonstrating their experience/capabilities as described in the attached draft PWS. page limitations are as follows: PWS paragraph 3.1, Table 1 section A: 2 pages PWS paragraph 3.2, Table 1 section B: 2 pages PWS paragraph 3.3, Table 1 section C: 2 pages PWS paragraph 3.4, Table 1 section D: 2 pages PWS paragraph 3.5, Table 1 section E: 2 pages The definitions of current and relevant as listed in paragraph 4(8) above apply to the experience/capabilities cited in the response to this section. For respondents planning to propose a teaming arrangement that complies with the requirements set forth in FAR clause 52.219-27 (Notice of Service- Disabled Veteran-Owned Small Business Set-Aside (Nov 2011), this section should address the combined experience/capabilities of the companies that are part of that teaming arrangement. 5. This notice is for planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will be notified of the results of this evaluation. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., 8 (a), HUBZone, SDVOSB, WOSB etc.). Any questions shall be submitted to the Contract Specialist via the email address listed below by the specified date. Any questions submitted after the specified date may not receive responses. 6. Responses to this RFI shall be submitted to SSC Pacific Code 2241 via e-mail to Patricia McDaniel at patricia.nash-brown@navy.mil. Please use reference No. N66001-12-R-0001 when responding to this Market Survey. a. The closing date for this RFI is: 30 April 2012 b. The closing time for this RFI is: 1:00 PM, Pacific Standard Time (PST) c. The deadline for submission of questions is 16 April 2012 7. Within a reasonable time after evaluation of responses SSC Pacific will post the acquisition strategy decision on the e-Commerce central. 8. Support Contractors Contractor support will not be utilized in support in review and evaluation of RFI responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/836f3f3914e636748033943c2799415a)
- Record
- SN02717440-W 20120411/120409235340-836f3f3914e636748033943c2799415a (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 |