Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

58 -- Production, Incidental Technical Support and Maintenance for the F/A-18 E/F and EA-18G Conformal Controlled Reception Pattern Antenna (C-CRPA)

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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-0035
 
Archive Date
10/7/2015
 
Point of Contact
Waleska Hernandez, , David S. Silverstone,
 
E-Mail Address
waleska.hernandez@navy.mil, david.silverstone@navy.mil
(waleska.hernandez@navy.mil, david.silverstone@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The responses to this Sources Sought will be utilized as a market research tool to identify potential and eligible firms, of all sizes, capable of providing the hardware and services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. All Small Business Set-aside categories will be considered. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. 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." INTRODUCTION: The Naval Air Warfare Center, Aircraft Division, Contracts Department (AIR-2.5.1.13) Patuxent River, MD 20670 announces its intention to procure a follow-on requirement for the Production, Incidental Technical Support Services and Maintenance of the Conformal Controlled Reception Pattern Antennas (C-CRPA) for PMW/A-170's Air Navigation Warfare (NAVWAR) program necessary to provide support for the F/A-18 E/F Super Hornet and EA-18G Growler Aircraft. This requirement is a follow-on procurement to contract N00421-11-C-0026 currently being performed by BAE Systems, Information and Electronic Systems, Inc (IESI) of Greenlawn, NY. The existing contract is Firm-Fixed Price (FFP) with Cost-Plus Fixed (CPFF) Level of Effort (LOE). This contract is due to expire on 05 July 2016. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms, of all sizes, capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. 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. ELIGIBILITY: The North American Industry Classification System (NAICS) Code utilized for this acquisition is 334220 with a Small Business Size Standard of 750 employees. The Federal Supply Code/Service Code is 5826. All interested businesses are encouraged to respond. PROGRAM BACKGROUND: The Naval Air Warfare Center - Aircraft Division (NAWC) provides for the design, development, acquisition, technical support, systems engineering; systems development support, systems test and evaluations, production engineering support; overhaul program support; program management support; and quality assurance for the Conformal-Controlled Reception Pattern Antenna, C-CRPA. The C-CRPA is a seven element precision antenna array which, when combined with the appropriate antenna electronics, provides adaptive null steering in the presence of interfering signals for the F/A-18E/F and EA-18G aircraft. The antenna is a component of the GPS antenna system that provides NAVWAR (GPS protection) functionality and receives right-hand circularly polarized (RCHP) radiated signals at GPS L1 and GPS L2 frequencies from the NAVSTAR GPS satellites. The C-CRPA is unique in that it is designed to be conformal to the F/A-18EF and EA-18G aircraft and also incorporates unique operational requirements of low RADAR observability. NOTE: The Navy does not nor did they purchase any data rights for the C-CRPA. No detail design data will be provided for the C-CRPA. All data is maintained by an O to an OEM maintenance program for this system. ANTICIPATED PERIOD OF PERFORMANCE: The Government anticipates a Period of Performance of a base period of one (1) year and four (4) one-year option periods for a total performance period of five (5) years. The anticipated start date is 10 November 2016. ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be a Firm-Fixed Price (FFP) with Cost Plus Fixed Fee (CPFF) Level of Effort (LOE). The hardware portion will be FFP and the labor portion will be CPFF. The production and services shall be performed off-site at the contractor's facility. REQUIRED CAPABILITIES 1) C-CRPA Systems Engineering, Fabrication, and Test: Tasking requirements for this effort are based on the procurement of the current C-CRPA antenna, AS-4654-A, P/N 8423200-1 to meet production requirements for the Navy's Navigation Warfare, NAVWAR, GPS protection system on the F/A-18E/F and EA-18G aircraft. The contractor shall meet all performance requirements and characteristics as set forth in the C-CRPA Critical Item Performance Specification. The contractor shall fabricate the required antennas in accordance with the Contractor's design and manufacturing processes. The expected production rate will be 53 antennas per year to meet expected aircraft retrofit schedules. The contractor will be expected to produce antennas that maintain the performance of C-CRPAs delivered under the prior production contract and is responsible for all inspection and test requirements as specified in the C-CRPA Critical Item Performance Specification. Antennas will be expected to begin delivery no later than 12 months after receipt of order. No schedule or cost provision is being made for the testing and qualification of a new antenna. 2) Engineering Technical Support Services: The contractor shall provide sustaining technical and engineering support for the C-CRPA consisting of solving integration issues, testing, validation, verification, engineering investigations, or peculiarities that may arise during the installation or usage of the C-CRPA. This effort will be exercised as needed to conduct engineering studies, provide test and analysis to develop solutions to fleet issues or problems, provide technical support for aircraft initiatives dependent on the integration and function of the C-CRPA, etc. The above is provided for potential offerors to review and provide comments to the Government as part of the Sources Sought response. 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. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business's General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(1)(i) and HUBZone Small Businesses (FAR 52.219-3(d)(1). SUBMITTAL INFORMATTION It is requested that interested businesses submit to the contracting office a brief capabilities statement package of no more than ten (10) one-sided, 8.5x11 inch pages in length with font size 12 point minimum, demonstrating ability to perform the efforts listed in the above Required Capabilities section. NOTE: The Critical Item Performance Specification (CIPS) and the Draft Statement of Work (SOW) referenced hereunder is not attached on this Sources Sought. For access to the CIPS and/or the Draft SOW, all interested parties must send the request via email to the Contract Specialist, Waleska Hernandez, at waleska.hernandez@navy.mil and provide the Company's name, cage code and DUNs information. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone, fax number, and e-mail address. This documentation must also address, at a minimum, the following: 1. Provide a company profile to include number of employees, annual revenue history, office location(s), DUNS number, Cage Code, and a statement including current small/large business status; 2. Prior/current corporate experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the contract referenced relates to the services described herein. 3. 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 at the city specified; 4. Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel; 5. Provide a statement regarding capability to obtain the required industrial security clearances for personnel; 6. 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 tasking identified in the Draft SOW. If the company finds itself not capable of performing all parts of the Draft SOW, please specify which portions of the Draft 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. 7. 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 Draft SOW for the base period as well as the option periods. 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. Provide documentation of the company's ability to begin performance upon contract award (projected award date 10 November 2016). 11. Provide a statement whether your company has an approved accounting system. Upon evaluation of the capability statements, the Government intends to evaluate the Small Business responses and conduct further market research to identify a subcontracting goal. 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. The capability statement package shall be sent by mail to the Contract Specialist, Waleska Hernandez, Code 2.5.1.13.10, Building 441, Naval Air Systems Command, 21983 Bundy Road, Bldg. 441, Patuxent River MD 20670, or be submitted electronically, in Microsoft Word or Portable Document Format (PDF), at waleska.hernandez@navy.mil no later than 2:00 PM Eastern Standard Time on Tuesday, September 22nd, 2015. All questions or comments regarding this notice must be submitted via email. ***No phone calls will be accepted ****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0035/listing.html)
 
Place of Performance
Address: BAE Systems IESI, 450 Pulaski Road, Greenlawn, New York, 11740-1609, United States
Zip Code: 11740-1609
 
Record
SN03891161-W 20150919/150917235702-68b668659ae63c3ca5fe0aae42a80be0 (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.