Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2013 FBO #4379
MODIFICATION

K -- AN/ALQ-99 Transmitter Software & Firmware Engineering Services

Notice Date
11/18/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 230000E, 575 I Ave, Suite 1, Point Mugu, California, 93042-5049
 
ZIP Code
93042-5049
 
Solicitation Number
N6893614R0011
 
Archive Date
12/9/2014
 
Point of Contact
Katy Willsie, Phone: (805) 989-1908, Jennifer Corcoran, Phone: (760) 939-9536
 
E-Mail Address
katy.j.willsie@navy.mil, jennifer.corcoran@navy.mil
(katy.j.willsie@navy.mil, jennifer.corcoran@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Modification changes the NAICS size standard from NAICS 541330 $14M, to NAICS 541330 $35.5M. All other details remain unchanged. INTRODUCTION: The Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, CA is seeking qualified vendors to provide specialized transmitter software engineering services to the Airborne Electronic Attack (AEA) Integrated Product Team (IPT) located at Point Mugu, CA. This is a Sources Sought to determine the availability and technical capability of all prospective businesses. 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 responsible for the design, development, integration, and testing of the AN/ALQ-99 Tactical Jamming System (TJS). The AN/ALQ-99 TJS can include up to five different transmitters, from Radio Frequency (RF) Band 1-3, RF Band 4-5, RF Band 6-7, RF Band 7-8 to RF Band 9-10, herein after referred to as the AN/ALQ-99 Transmitters. This requirement includes engineering services to the software and firmware for the AN/ALQ-99 Transmitters. Services to be provided will include: 1) Systems Engineering; 2) Software Engineering; 3) Software Analyses/Requirements; 4) Test; 5) Documentation; 6) Product Assurance; 7) Logistics; 8) Training; 9) Production; 10) Configuration Management; 11) Fleet Services and; 12) Program Management. REQUIREMENTS: Refer to the attached DRAFT Statement of Work (SOW) and associated DRAFT Contract Data Requirements List (CDRL). The Contract Type is anticipated to be a Cost-Plus-Fixed Fee (CPFF), Level of Effort (LOE), Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract period of performance is anticipated to be 5 years. The total LOE is estimated to be approximately 42,300 man-hours for 5 years, with an estimated total LOE of approximately 8,640 man-hours for each single year. Travel will be required as specified in the DRAFT SOW. The contractor may be requested to purchase materials in accordance with the DRAFT SOW. The services will be performed at the locations in accordance with the DRAFT SOW. The following are examples of anticipated labor categories under this requirement: -Program Manager -Senior Systems Engineer -Senior RF Engineer -Senior Software Engineer -Senior Test Engineer -Configuration Manager -Administrative Support ELIGIBILITY: The applicable NAICS code for this requirement is 541330. The anticipated Product Service Code (PSC) for this requirement is K016. 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 SOW. This documentation must address, at a minimum, the following: 1. Title of the DRAFT SOW and this synopsis number. 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 $35.5M). 4. Responses shall include Company Size (Small or Large according to the NAICS and size standard listed); if the company is a Small Business, specify if the company is one 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 SOW. 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 SOW. 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 SOW. 10. The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the DRAFT SOW. 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 system currently in place. The capability statement package shall be submitted ELECTRONICALLY to Katy Willsie via email to katy.j.willsie@navy.mil. All files submitted must be compatible with Microsoft Office 2003 or later. Responses must be received no later than 12:00 p.m. Pacific on 9 DEC 2013, and reference this synopsis number in the document(s) submitted. Questions or comments regarding this notice shall be addressed by email to katy.j.willsie@navy.mil.Classified material SHALL NOT be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D3/N6893614R0011/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN03235759-W 20131120/131118233707-ac05581fddee91b565ba7195d1960240 (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.