Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2014 FBO #4726
SOURCES SOUGHT

K -- Multi Mission data Link Support (MMDLS) - Original Sources Sought & Industry Day Information - October 2014 Sources Sought

Notice Date
10/31/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-15-R-0010
 
Archive Date
12/2/2014
 
Point of Contact
Kevin Ritter, Phone: 3017377571
 
E-Mail Address
kevin.ritter@navy.mil
(kevin.ritter@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
MMDLS OCI List MMDLS Draft LOE for PB and NPB tasks MMDLS Draft SOW with Personnel Qualifications October 2014 Sources Sought Supplemental Engineering and Integration Support Information from Original Sources Sought Revised Personnel Qualifications dated June 2013 Questions and Answers from Original Sources Sought Industry Day Attendees Supplemental Industry Day Presentation Slides from Original Sources Sought Small Business Industry Day Slides from Original Sources Sought Industry Day Slides from Original Sources Sought Labor Category to Functional Area key from Original Sources Sought Draft LOE from Original Sources Sought Draft SOW from Original Sources Sought Original Sources Sought/Industry Day Announcement. The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department (AIR 2.5.1.3), Patuxent River, MD is posting this Sources Sought to determine the interest in this requirement and determine if that interest warrants a full and open competition or a set-aside for support to NAWCAD Integrated Communications and Information Systems (ICIS) (4.11.3), for the Multi-Mission Data Link Systems (MMDLS) Engineering and Logistics Support. The requirement will provide and assist the ICIS Division with technical support for modifications, systems engineering, technical support, quality management, technical management, logistics management, and the incidental materials associated with the MMDLS. This procurement was previously synopsized in the Seaport-e portal to all eligible Zone 2 business firms in May 2013. Capability statements were requested via the Seaport-e portal from all Zone 2, large and small businesses interested in the procurement. NAWCAD hosted an industry day providing a presentation explaining the technical nature of the requirement and a tour of the systems that will be covered under this effort at Webster Field, St. Inigoes on 5 June 2013. Information provided at the Industry day included a PowerPoint presentation and a tour of a local on-base facility. A list of attendees and the PowerPoint presentation provided is available for review in this notice. Questions received in the Seaport-e portal and the responses are also available for review in this notice. The information could be outdated or may be inaccurate, and should not be utilized for planning/preparation purposes. The Government does not intend to host another industry day. The Government's acquisition strategy has changed and now the Government intends to procure these services outside of Seaport-e and is interested in determining if any additional small or large businesses are interested in the MMDLS procurement. All large and small businesses that are interested should send in a capability statement. OFFERORS WHO PREVIOUSLY RESPONDED NEED NOT RESPOND. This Sources Sought is a market research tool and the results will be used to determine potential sources. The attached Draft Statement of Work (SOW) and Draft Level of Effort (LOE) provide additional information about the required tasking. If your company has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in the response. Since the resultant contract will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon contract award. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. This Sources Sought will also be utilized to identify that adequate competition exists among large businesses if this is not a Small Business Set-Aside. The Government anticipates and estimates a contract award for these services to occur in 3 rd Quarter FY 2015. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor St. Inigoes, MD 40% 60% 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY." PROGRAM BACKGROUND The Naval Air Warfare Center, Aircraft Division (NAWCAD), St. Inigoes mission involves the design, development, integration, testing, evaluation, certification, maintenance, and logistics support of Naval electronic and communications equipment, subsystems and systems. The Integrated Communications and Information Systems (ICIS) Division (AIR 4.11.3) supports numerous Department of Defense (DoD) and other Federal agencies by performing various system engineering, design, development, integration, training, test and evaluation, installation, fielding, certification, maintenance, life cycle, software development, and logistics support of command & control (C2) and communications systems. ICIS' mission is to provide the technical support that is essential to meet the requirements for development, engineering and procurement support of mission systems for shipboard, airborne and ground-based & surface platforms. The purpose of this contract is to provide engineering, development and technical support services necessary to fulfill ICIS Division's mission needs as dictated by the Navy, DoD and other Federal agency requirements. This requirement is a follow-on procurement to task order N00178-06-D-4760-M801 currently being performed by Honeywell Technology Solutions, Inc. of Columbia, Maryland. The existing task order is a Cost Plus Fixed Fee (CPFF) effort. This task order is due to expire 31 January 2015. REQUIRED CAPABILITIES The contractor shall provide support services and incidental supplies to support the ICIS Division (4.11.3), in support of the areas specified in the Program Background above. Further detail is provided in the draft Statement of Work (SOW) attached to this announcement. Please see the attached Draft SOW for specific requirements. The tasking associated with this effort is performance based (term and completion) tasking. SPECIAL REQUIREMENTS - FACILITY AND SAFEGUARDING A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a "Secret" Facility Clearance and a "Secret" Safeguarding Clearance. ELIGIBILITY The applicable NAICS Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $38.5 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) for this effort will be K058 Modification of Equipment-Communication, Detection, and Coherent Radiation Equipment ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A Draft SOW (including historical/projected personnel qualifications) and Draft historical/projected Level of Effort are attached for review. Please note these documents are subject to change. Interested parties are requested to submit a capabilities statement of no more than a recommended ten (10) pages in length in Times New Roman font of not less than 10 pitch. This documentation must address at a minimum the following items: 1) Company Name, Company Address, and Point-of-Contact (POC) name, phone number, fax number and e-mail address. 2) What type of work has your company performed in the past in support of the same or similar requirement? 3) Can or has your company managed a task of this nature? If so, please provide details. 4) Can or has your company managed a team of subcontractors before? If so, provide details. 5) What specific technical skills does your company possess which ensure 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 4.0 through 4.11 of the SOW Technical Requirements. If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, 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. Also, if the company has any questions about the structure of the SOW, please also identify those in the response. 6) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the five year ordering period. 7) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, a CAGE Code and a DUNs number. 8) Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 9) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 10) If your company has any questions about the structure of the statement of work, or areas that may need further definition, please also identify those in the response. The period of performance consists of a 5 year ordering period with performance estimated to begin in 3 rd Quarter FY2015. The contract type is anticipated to be a Single Source Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee (CPFF) Term (LOE) and CPFF Completion CLINs. The total LOE for the five years is estimated at 871,200 man-hours. Individual task orders will be issued as needed to support specific projects as program requirements and tasking becomes further defined. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify a subcontracting goal. The deadline for capability statement submission is 0800 EDT, 17 November 2014. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Kevin Ritter at kevin.ritter@navy.mil, in either Microsoft Word or Portable Document Format (PDF). 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. No phone calls will be accepted. 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 these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0010/listing.html)
 
Record
SN03563496-W 20141102/141031234238-58b35e8fec0cb3c990875d970026e28c (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.