Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2014 FBO #4738
SOURCES SOUGHT

R -- C4ISR Electronic Systems and Subsystems - Draft PWS for Sources Sought - Updated Solicitation Release Timeframe - December 2012 C4ISR Sources Sought/Industry Day - September 2013 Draft RFP and Attachments

Notice Date
11/12/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-15-R-0015
 
Archive Date
12/12/2014
 
Point of Contact
Kathleen Notaro, Phone: 3017575552, Amy G. Davis, Phone: 301-737-2787
 
E-Mail Address
kathleen.notaro@navy.mil, amy.g.davis@navy.mil
(kathleen.notaro@navy.mil, amy.g.davis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers to the September 2013 Draft RFP N00024-13-R-3031 September 2013 Draft Exhibit A - CDRLs September 2013 Draft Attachment - P7 - CLIN Breakout September 2013 Draft Attachment - P6 - CLIN Breakout September 2013 Draft Attachment - P5 - Past Performance Questionnaire September 2013 Draft Attachment P4 - Past Performance Matrix September 2013 Draft Attachment P1 - Workforce Qualifications September 2013 Draft Attachment 8 - SAC September 2013 Draft Attachment 7 - Authorized Key Personnel September 2013 Draft Attachment 6 - IT Compliance Form September 2013 Draft Attachment 5 - Data Item Transmittal Form September 2013 Draft Attachment 4 - NMCI Access September 2013 Draft Attachment 3 - Organizational Conflict of Interest September 2013 Draft Attachment 2 - Wage Determination September 2013 Draft Attachment 1 - DD254 September 2013 Draft RFP N00024-13-R-3031 C4ISR December 2012 Industry Day Power Point Presentation C4ISR December 2012 Industry Day Attendees The Government's anticipated RFP release timeframe as of 12 November 2014 Draft Performance Work Statement (PWS) INTRODUCTION 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 announces its intention to procure on a competitive basis the services necessary to provide support to NAWCAD Special Communications Requirements (SCR) Division (4.11.4), for Operational and Maintenance support for various Command, Control, Computers, Communications, Intelligence, Surveillance, Reconnaissance (C4ISR) Electronic Systems and Subsystems (ES). C4ISR ES - ACQUISITION HISTORY This procurement was previously synopsized in the Seaport-e portal to all eligible Zone 2 business firms in November 2012. Capability statements were requested via the Seaport-e portal from all Zone 2, large and small businesses interested in the procurement in December 2012. 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 12 December 2012. Attendance at the Industry Day was not a requirement and in no way affects any company from submitting a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation. 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. These documents are in draft form and should not be utilized for planning/preparation purposes. The Government does not intend to host another Industry Day. The Government uploaded a draft RFP (N00024-13-R-3031) including a draft copy of Exhibit A - CDRLs and Attachment 3 - OCI List into the Seaport-e portal in September 2013 and requested feedback/comments from Industry. Fourteen (14) questions were received and the Government provided responses to the questions. A copy of the draft RFP (N00024-13-R-3031) including a draft copy of Exhibit A - CDRLs and Attachment 3 - OCI List along with the questions and answers that were posted in the Seaport-e portal are available for review in this notice. These documents are in draft form and should not be utilized for planning/preparation purposes. 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 C4ISR ES 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 Performance Work Statement (PWS) provides additional information about the required tasking. If your company has any questions about the structure of the PWS, 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. PLACE OF PERFORMANCE % On-Site - % Off-Site Location Government Contractor St. Inigoes, MD Approximately 20% Approximately 80% The contractor site shall be within 50 ground miles transportation of NAWCAD, St. Inigoes, MD. However, this contractor site does not need to exist at the time of contractor's response to the Sources Sought. 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." CONTRACT / PROGRAM BACKGROUND The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, St. Inigoes, Special Communications Requirements (SCR) Division, is surveying the vendor community for all interested parties in the intended full and open competitive procurement of the services necessary to provide operational and maintenance support for C4ISR ES. The services will support rapid design, development, prototyping, modification, integration, test and evaluation, installation, fielding, certification, procurement, fabrication, and maintenance/logistics support of C4ISR ES. This requirement is a follow-on procurement. Information regarding the current contract is below: 1. Contract N00178-04-D-4026 2. CPFF / Cost 3. Incumbent is CACI Technologies Inc. 4. Full and Open Competition 5. Performance-Based Services Acquisition 6. Interested parties can visit the NAVAIR Freedom of Information Act (FOIA) website to determine if any previous/existing contract information is available. Please go to: http://foia.navair.navy.mil The Government anticipates and estimates a contract award for these services to occur in the fourth quarter of fiscal year 2016. REQUIRED CAPABILITIES This contract provides the services to support rapid design, development, prototyping, modification, integration, test and evaluation, installation, fielding, certification, procurement, fabrication, and maintenance/logistics support for various C4ISR ES. Please see the attached draft C4ISR ES PWS for specific requirements. The tasking associated with this effort is performance-based. SPECIAL REQUIREMENTS - FACILITY AND SAFEGUARDING A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Top Secret" Facility Clearance and "Top Secret" Safeguarding. Please include in your response your ability to meet the Facility and Safeguarding requirements. 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 primary Product Service Code (PSC) for this effort is AC65 - Development of Defense Electronics and Communication Equipment - Operational Systems Development. It is anticipated that the basis for award of the resultant contract will be best value to the Government, cost and non-cost factors considered. ADDITIONAL INFORMATION AND SUBMISSION DETAILS A draft PWS which includes the NAVAIR Standard Labor Category Personnel Qualifications is attached for review. Feedback from industry is being sought on the PWS, the NAVAIR Standard Labor Category Personnel Qualifications, and suggestions/recommendations on CLIN structure for the basic contract award. Industry is also being solicited to suggest performance metrics related to each PWS task area. In addition to providing comments on the PWS, Personnel Qualifications, CLIN Structure and Performance Metrics, interested parties are requested to submit a capabilities statement of no more than 20 pages in length in Times New Roman font of not less than 10 pt. font. Capability statements shall include the company name, address, and Point-of-Contact (POC) name, phone and fax numbers and e-mail address and shall include answers to the following questions: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can or has your company managed a task of this nature? If so, please provide details. 3. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. 4. What specific technical skills does your company possess which ensures capability to perform the tasks? 5. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS/SOW for the base period as well as the option periods. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. 7. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 8. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The period of performance consists of a 5-year ordering period with performance estimated to begin in the fourth quarter of fiscal year 2016. The contract type is anticipated to be a Single-Source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee (CPFF) and Cost Reimbursement CLINs. The total level of effort (LOE) for the five years is estimated at 2,130,240 man-hours. Individual task orders will be issued as needed to support specific projects as program requirements and tasking becomes further defined. The Government anticipates the following CLIN structure for the IDIQ contract award: 0001 Labor (CPFF) 0002 ODC (Cost) 0003 Data (NSP) 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 additional capability statements, if it is determined that this requirement is best solicited as a full and open competition, the Government intends to evaluate Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Kathleen Notaro at kathleen.notaro@navy.mil, in either Microsoft Word or Portable Document Format (PDF).The deadline for response to this request is 2 pm, Eastern Standard Time, Thursday, 27 November 2014. 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 this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-15-R-0015/listing.html)
 
Place of Performance
Address: St. Inigoes, Maryland, Approximately 20% at Government Site, Approximately 80% at Contractor's Facility, United States
 
Record
SN03570872-W 20141114/141112234019-08c7297e6bb89c0894f51d56810f70c6 (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.