Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2016 FBO #5187
SOURCES SOUGHT

A -- Audio Visual (AV) Engineering and Integration - Draft Performance Based Statement of Work

Notice Date
2/3/2016
 
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
N00421-16-R-0052
 
Point of Contact
Amy G Davis,
 
E-Mail Address
amy.g.davis@navy.mil
(amy.g.davis@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AV Engineering and Integration Performance Based Statement of Work (PBSOW) Any resultant solicitation will be posted on the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/ and at the NAVAIR homepage at https://www.navair.navy.mil under Business Opportunities / Open Solicitations. Prior to that, a pre-Solicitation will be released on FedBizOpps. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 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 (AIR-2.5.1.3) at Patuxent River, MD announces its intention to procure, on a competitive basis, operation systems development and engineering / technical services for Audio Visual (AV) systems for implementation, from concept through development, to enable efficient information exchange of voice / video / data in support of the Naval Air Warfare Center Aircraft Division (NAWCAD) Special Communications Mission Solutions (SCMS) Division, 4.11.4. The services include the following: (1) AV Planning; (2) AV Engineering Research, Design and Testing; (3) AV Integration and Verification; (4) AV Software Customization; (5) AV Equipment Installation, and (6) AV System Operation Support. These services are primarily currently being performance by CACI-ISS, Inc. of Chantilly, VA under Contract N00421-15-0021. The existing contract is a Cost Plus Fixed Fee term type; which expires 11 October 2017. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms 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 obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The Product Service Code (PSC) for this requirement is AC65, Research and Development (R&D) Defense Electronics and Communications Equipment - Operational Systems Development. The North American Industry Classification System (NAICS) code is 541330 (Engineering Services) with a size standard of $38.5 Million. All interested small businesses are encouraged to respond with Capability Statements. PROGRAM BACKGROUND NAWCAD SCMS Division, AIR - 4.11.4, located at St. Inigoes, MD, integrates and delivers products for Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems. SCMS has technical authority over a number of C5ISR capabilities, including Audio Visual (AV) products comprising of Briefing Display Systems (BDS), Operation Centers, Decision Support Systems (DSS), Video Walls and other control systems. These critical AV products are funded by a broad range of customers including Special Operation Forces (SOF), Homeland Security and other DOD and non-DOD agencies. To complete these products, the SCMS Division maintains subject matter expertise in a broad range of technical and programmatic disciplines. The designated Government Project Lead (GPL) will be responsible for all Project Management and Systems Engineering aspects of the project and selects and leads the Integrated Project Team (IPT) for project completion. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance will include a five (5) year ordering period. The anticipated start date is 21 August 2017. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be a Small Business Set-Aside Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Cost Reimbursable and Cost Plus Fixed Fee (CPFF) task orders. The estimated total Level of Effort is approximately 886,696 man-hours (based on 1,920 hours per year) over a period of five years. These services shall be performed as follows: on-site at Government Facility at NAWCAD, St. Inigoes MD, off-site at Contractor Facility located within 50 miles of NAWCAD, St. Inigoes MD and off-site at Contractor Facility located within 50 miles of North Island, CA (estimated 10% ). REQUIREMENTS See attached Draft Performance-Based Statement of Work (PBSOW). Labor categories anticipated to execute the contemplated services are included in the attached Draft PBSOW. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost 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(a)(l) and HUBZone Small Businesses (FAR 52.219-3(d)(1). If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached Draft PBSOW. This documentation must address, at a minimum, the following: 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? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.1 through 3.6.10 of the Draft PBSOW Technical Requirements. If the company finds itself not capable to perform all parts of the Draft PBSOW, please specify which portions of the Draft PBSOW 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. 5. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this Draft PBSOW for the entire period of performance. 6. Provide a statement including current business size 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, Small Disadvantaged Veteran Owned Small Business, 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 capability statement package shall be sent by email to Amy Davis at Amy.G.Davis@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 18 February 2016. Questions or comments regarding this notice may be addressed to Amy Davis via email at Amy.G.Davis@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-16-R-0052/listing.html)
 
Place of Performance
Address: On-site Government Facility (NAWCAD - St. Inigoes, MD); Off-Site Contractor's Facility within 50 miles of NAWCAD - St. Inigoes, MD and approximately 10% Off-site Contractor's Facility within 50 miles of North Island, CA, United States
 
Record
SN04008490-W 20160205/160203234223-f8eb9f21b4c6d60ad3b0d4e8d85f898a (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.