Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
MODIFICATION

C -- SEA 05 Engineering Support Services

Notice Date
5/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-14-R-4216
 
Archive Date
9/4/2014
 
Point of Contact
Farzad Afrasiabi, , Stacy Kirsch,
 
E-Mail Address
farzad.afrasiabi@navy.mil, stacy.kirsch@navy.mil
(farzad.afrasiabi@navy.mil, stacy.kirsch@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government from an ultimate acquisition approach. This synopsis is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Naval Sea Systems Command (NAVSEA). The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. All information is to be submitted at no cost or obligation to the U.S. Government. No award will be made as a result of this market survey. Requests for a solicitation will not receive a response. If a formal solicitation is generated at a later date, a solicitation notice will be published. The purpose of this sources sought is to seek the availability and capability of qualified small business concerns, including 8(a) small businesses, Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB), and Service-Disabled Veteran-owned Small Businesses (SDVOSB) that are interested in, and capable of, performing the work described herein: NAVSEA is seeking companies to perform engineering support services in support of the Naval Systems Engineering Directorate (SEA 05), specifically SEA 05T (Technology Office), in the area of Technology Development and Transition. The mission of SEA 05 is to provide leadership and independent Technical Authority for ships and ship systems to support NAVSEA goals and objectives. SEA 05T, Technology Office, is the program authority for assigned research and development (R&D). NAVSEA seeks to identify qualified small business concerns, as described above, who can perform the task described below, understanding that, should this task be identified as a small business set-aside, under the FAR any small business concern selected as the prime contractor would be required to perform at least 50% of the work itself. The following is a broad characterization and estimated annual hours of work associated with the task. The contractor will be responsible for performing the following programmatic and engineering support for the NAVSEA 05 Technology Office (SEA 05T) in the area of Technology Development and Transition: Technology Development and Transition encompasses programmatic and engineering support to SEA 05T. Support includes providing R&D, science and technology (S&T), program management, and engineering support for designing, prototyping and transitioning technologies, equipment/components, sub-systems, and whole systems. The Contractor shall provide engineering services consisting of engineers, engineering managers, scientists, and other technical professionals to support work including: •· Participating on investigative technical review teams. •· Developing concept studies and technology roadmaps. •· Supporting ship and weapon system acquisition programs in technology development and transition. •· Supporting Total Ownership Cost reduction efforts. •· Leading and overseeing major Navy and Command initiatives including Energy Conservation, and reduction of Cumbersome Work Practices. •· Development of future power capabilities for ships and weapons systems. •· Developing, demonstrating and implementing new technology, including but not limited to: Hybrid Electric Drive, Integrated Power System, Directed Energy and Electric Weapon Systems including Electromagnetic Railgun Weapon System, Laser Weapon System/Laser Dazzler, and High Power Radio Frequency systems. •· Assisting in planning, programming, budgeting and execution of studies, tool development, design and prototyping of technologies, components, sub-systems, and whole systems. •· Providing system development support and R&D program management for formal decision reviews to include all requisite Acquisition Review Board (ARB) documentation, such as Defense Acquisition Board (DAB), Analyses of Alternatives (AoAs), etc. •· Conducting R&D, S&T, test and evaluation (T&E), and engineering analyses of ship, warfare/combat systems, and weapons systems and equipment. •· Providing R&D program management support, and supporting interpretation and development of S&T and R&D policies. •· Supporting the conduct of Technology Readiness Assessments (TRAs) and Technology Readiness Reviews (TRRs). •· Providing management for selected R&D programs including: Naval Advanced Concepts and Technologies (NACT), Cross Platform Systems Development (CPSD), Fleet Readiness Research and Development Program (FRRDP), Operational Logistics (OpLog), NAVSEA Small Business Innovation Research (SBIR), Directed Energy and Electric Weapons program office (PMS 405), and Small Business Technology Transfer Program (STTR). •· Recommending appropriate R&D funding venues for unfunded technology development efforts, and assisting with requests/applications to those funding venues. •· Conducting studies, analyses, development efforts, prototype construction, and testing of various technologies in support of NAVSEA systems. •· Supporting the performance of T&E of systems, equipment, and components in cases where that T&E is part of technology development and maturation. Assessing how well systems, equipment, and components perform technically; how well they fulfill documented requirements; and whether they are safe, operationally effective, and suitable and survivable for their intended, eventual use in military operations, or are mature enough to transition to later stage development. Supporting developmental and operational testing: developmental testing will assess whether the system, equipment, or component does what it was intended and designed to do; operational testing will determine whether the system, equipment, or component gives the warfighter the needed capability, under demanding military operational conditions and when operated and maintained by warfighters. It is expected there will be considerably more demand for development testing than operational testing. Estimated annual labor hours is 69,204. The Government requests that interested contractors provide a description of their capabilities to support the requirements summarized above. The primary place of performance will be the Naval Sea Systems Command at the Washington Navy Yard in Washington, D.C. The Government projects that approximately 26% of the needed contractor support will be performed at various locations, primarily military installations, outside of the Washington D.C. metropolitan area. Labor Mix (estimated): •· Senior Personnel (15 years or more) 26% •· Mid-Level Personnel (greater than five and less than 15 years) 54% •· Junior Personnel (at least one year and up to five years) 20%. All Contractor personnel shall possess a final SECRET clearance. Some personnel may be required to have a TOP SECRET clearance. Personnel security clearances (PCLs) must be verifiable in the Joint Personnel Adjudication System (JPAS). The Contractor shall possess a TOP SECRET facility clearance from the Defense Security Service (DSS) as verified within the Industrial Security Facilities Database (ISFD) at time of proposal submission. Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 10 single-sided pages presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above and demonstrates similar work that has been performed in the past. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of the capability statement (preferably placed under the eligible small business concerns name and address). Statements should also include the business size in terms of revenue. Responses will be reviewed only by NAVSEA Government personnel and will be held in a confidential manner. Questions regarding this requirement must be submitted by email and directed to Farzad Afrasiabi at farzad.afrasiabi@navy.mil. In the event a solicitation is issued, a NAICS code 541330 with a size standard of $38.5 Million is being considered. The prime vendor must have the capability to perform at least 50% of the total effort. A copy of the capability statement must be received at farzad.afrasiabi@navy.mil no later than 14:00 on June 3, 2015 Eastern Standard Time. All contractors must have a valid registration in the Systems for Award Management (SAM) https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-14-R-4216/listing.html)
 
Record
SN03738425-W 20150522/150520235730-5f92baa5770aec9b133da107127e4cbd (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.