Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2016 FBO #5242
SOURCES SOUGHT

R -- Engineering Support Services - Statement of Work

Notice Date
3/29/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893616R0029
 
Archive Date
4/18/2017
 
Point of Contact
Joel Blaine Ashworth, Phone: (760) 939-2459, Henry Frohlich, Phone: 760-939-7301
 
E-Mail Address
joel.ashworth@navy.mil, henry.frohlich@navy.mil
(joel.ashworth@navy.mil, henry.frohlich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work INTRODUCTION The Naval Air Warfare Center Weapons Division (NAWCWD) Contracts Department (254130D), China Lake, CA is seeking information for potential sources regarding Engineering Support Services (ESS) with the intention of procuring the services on a competitive basis. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 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 NAWCWD is the weapons systems integration and software support activity for Navy aircraft Integrated Product Teams (IPTs), Competencies, and Program Support Offices. IPTs, Competencies, and Program Support Offices currently operating at NAWCWD include the F/A-18, AV-8, H-1, Joint Strike Fighter (JSF), Unmanned Systems (UxS), and Weapons and Energetics. Other airframes or related systems may be assigned to the NAWCWD in the future. The mission of each IPT and Program Support Office is to provide research, development, test, evaluation, systems integration, and programmatic support for weapons systems and associated tactical computer systems embedded within or carried on their aircraft, including related systems and support equipment. The proposed contract will provide weapons systems effectiveness analysis, design adequacy studies and evaluations, test and evaluation support, general engineering and related documentation for all fleet support, weapons, and weapons related projects supported at NAWCWD China Lake and Point Mugu, California, attached activities, and other locations set forth in individual task orders. Work will also be required outside of the continental United States, with known requirements in British Columbia, Canada and Edinburgh, Australia. This requirement provides services to functional organizations in supporting numerous Department of Defense weapons acquisition programs and related research, development, test and evaluation efforts associated with National security. Major projects supported by the Engineering Support Services (ESS) contract include but are not limited to: Airborne Threat Simulation Organization (ATSO) Sidewinder, Sparrow, High Speed Anti-Radiation Missile (HARM), Cruise Missile, Standard Missile, Rolling Airframe Missile (RAM), Gun Systems, Parachute Systems, Bomb Rack Systems, Full Scale Aerial Target Systems, and Propulsion Systems, Tomahawk, Anti-Radiation Missile (ARM), Sparrow, Advanced Medium- Range Air-to-Air Missile (AMRAAM), Sidewinder, and AIM9X missile systems; miniature munitions; and the Joint Standoff Weapon (JSOW). CONTRACT BACKGROUND This requirement is a follow-on procurement to a competitively-awarded, non-performance based, non-personal services contract N68936-15-D-0004 (NAICS Code 541330), which is currently being performed by Engility Corporation. The existing contract is a term type, hybrid contract consisting of Cost Plus Fixed-Fee (CPFF) for labor and COST contract line items (CLINs) for material and travel. The current level of effort for this contract is 907,200 level-of-effort (LOE) hours across 54 active task orders. This contract is due to expire 30 December 2017. This contract is available at http://foia.navair.navy.mil. REQUIRED CAPABILITIES The Government requires a contractor capable of performing and managing a wide variety of engineering, technical, programmatic, and administrative support services in an aircraft platform-specific, Integrated Product Team (IPT) environment. The nature of the services required consists of weapon system and software engineering, development, test & evaluation, analysis, and integration; flight test scheduling and support, configuration, database, and document management, foreign military sales, and general program management and administrative services. The Government estimates that this effort will consist of 1,150,000 hours of effort over a five year period. The Government anticipates that a successful solution for these services consists of the following: 1. Capability to perform SOW tasking. 2. Personnel Management: The Government desires a contractor with a local managerial presence capable of effectively staffing for and managing to the Statement of Work (SOW) requirements using the correct personnel with the appropriate skill levels and certifications. The contractor should provide evidence of the personnel type necessary to perform the functions of the SOW as well as any managerial plans the contractor uses for matching personnel to SOW requirements. 3. History of Successful Performance: The Government desires a contractor with a proven history of managing service contracts similar in scope and effort as defined in the draft SOW. Contractors should provide past performance information including previous contracts and dollar values as well as reference information for those contracts to include, name, contract number, phone number and email address. Please indicate what sections of the SOW correspond to the past performance information. If the work was accomplished as a prime contractor, please indicate the percentage of work subcontracted. If the work was performed as a subcontractor, indicate the dollar value and percentage of work performed. 4. Capability to provide personnel for services required outside of the continental United States. 5. Capability for organizational reach back for subject matter experts that have experience/training/educational background in the disciplines stated in the SOW. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Top Secret. Contractor shall describe their plan to accomplish 51percent of the LOE if proposing a teaming arrangement. SUBMISSION DETAILS Interested businesses shall submit all questions to Blaine Ashworth, in Microsoft Word format (version 2010), via e-mail to: joel.ashworth@navy.mil. E-mail responses shall be received at this office no later than 08:00 A.M. Pacific Standard Time on 18 April 2016 and reference this synopsis number on both the e-mail subject line as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested businesses should submit a brief capabilities statement package of no more than 15 pages in length (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to perform those services listed in the Requirements Capability section of this document. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, Company Cage Code, Company DUNS Number, and Points-of-Contact (POC) including name, phone number, fax number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f33ac074d5e98904da0aa229d7d311b6)
 
Place of Performance
Address: China Lake, CA; Point Mugu, CA; Canada; and possible OCONUS, United States
 
Record
SN04065684-W 20160331/160329234459-f33ac074d5e98904da0aa229d7d311b6 (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.