Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2016 FBO #5445
MODIFICATION

R -- Adaptive Persistent Awareness Systems (APAS) Program Support - Draft SOW

Notice Date
10/18/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-17-R-0004
 
Archive Date
11/12/2016
 
Point of Contact
Scott E. Dubuque, Phone: 8502344864
 
E-Mail Address
Scott.Dubuque@navy.mil
(Scott.Dubuque@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Adaptive Persistent Awareness Systems Program Support Draft Statement of Work The purpose of this announcement is to provide information on the Government's intent to hold a Pre-Solicitation Conference, for the requirements herein as well as issue a Sources Sought. The Pre-Solicitation Conference, will be held on 15 November 2016, 12:00 p.m.- 2:00 p.m, Central Time, at the La Quinta Inn & Suites, 1000 Thomas Drive, Panama City Beach, FL, 32408. All interested Offerors shall submit their intent to participate or questions regarding the pre-solicitation conference to Scott Dubuque, Contract Specialists, via e-mail at Scott.Dubuque@navy.mil no later than 4 November 2016, 4:00 p.m. CDT. Attached is the DRAFT copy of the Statement of Work (SOW). If there are any questions in regards to the DRAFT SOW, there will be an opportunity for a question and answer session during the pre-proposal conference. Additionally, the purpose of this Sources Sought announcement is for market research and will be utilized for planning purposes only. This is not a solicitation for proposal and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the Federal Business Opportunities (FedBizOpps) website. The Naval Surface Warfare Center Panama City Division is seeking sources to provide support of Persistent Awareness (PA) systems development to support Anti-Terrorism/Force Protection and Homeland Security. Persistent Awareness programs are high priority programs with National Security implications. The scope of this requirement encompasses all phases of the Integrated Defense Acquisition Management Framework; Concept Refinement, Development, Deployment, Operations and Life Cycle Support Phases, as well as acquisition and installation of systems and support for various exercises and demonstrations. The Statement of Work for APAS Program Support, included with this sources sought announcement, specifies the requirement for the contractor level of effort. A Hybrid contract with Firm Fixed Price (FFP) and Cost Reimbursement (CR) type IDIQ contract is anticipated. The resultant contract will be for a 12 month base period with four 12 month option periods. The applicable NAICS Code is 541330 and the Small Business size standard is $15 million. Under previous contracts, NSWC PCD has developed a representative APAS system that is being installed in various DOD and non-DOD facilities, airports, railroads, and ports in CONUS and OCONUS. The core functions provided are sensor interfacing, wireless Internet Protocol (IP) networking, a user interface (Common Operational Picture), sensor/data processing, and archiving and retrieval. The baseline configuration will be tailored to suit the various locations requiring installation. Contractor support is required to assist in the design, modification, test, installation, and maintenance of the equipment. The contractor shall provide support in the following task areas set forth in the APAS SOW: 1. Systems Engineering and Integration (SE&I) - SE&I Analysis Support, Systems Integration Technical Support, and Information Technology (IT) Systems Engineering Support; 2. Hardware and Software Engineering - Hardware Engineering and Integration Engineering; 3. Test and Evaluation (T&E) Support - T&E Planning Support, T&E Field Engineering Support, and Post-Test Support; 4. Logistics - Logistics Planning, Logistics Support Analysis (LSA), Operation, Maintenance, and Repair, and Training Support; 5. Technology Insertion Technical Support; 6. Prototype Development and Fabrication 7. Installations 8. Programmatic Support - Program Analysis and Documentation Support, Meeting Support, and Briefing Material Support; In evaluating contractor capability, the Government will consider the following: A. Successful completion of a DCAA Accounting Audit for Cost-Plus-Fixed Fee contracts. B. Institution of a Registered Process Improvement Program, e.g. ISO 9000 and CMMI with examples of use in performance of contract tasking. C. Successful completion of a Contractors Purchasing System Review. D. Institution of an acceptable estimating system in accordance with DFARS 215.407-5-70. E. History and capability to expeditiously support and manage multi-million Cost plus Fixed Fee contracts. F. History and capability to ensure a workforce that has and can maintain a position of Public Trust or a National Clearance in order to access CUI or higher classified materials. Interested contractors should submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. There is no specific format or outline submittals must follow. Submittals should be no longer than 15 pages in length. Provide qualification information (type and duration of employee experience relevant to the requirements) and the level of involvement (prime or sub-contractor) and time periods for work on similar projects. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and as such may contain any information that the interested party feels is relevant. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Foreign participation in this request for information is excluded. Only prime contractors should respond. All responses shall include the following company information: 1. Company Name, Address, Cage Code, and DUNS. 2. Company business size by North American Industry Classification System (NAICS) code. 3. Small Business Type, if applicable. 4. Small Business Graduation Date Company size. Provide number of employees and average annual revenue. 5. List any IDIQ type contracts that your company holds. 6. Point of Contact for questions and/or clarification. 7. Telephone number, fax number, and email address. 8. Documentation of DCAA Approved Accounting System, including date of latest approval received. 9. If your company is considering priming this contract and is required to perform at least 50 percent of the work, how would work beyond in-house capabilities be handled? 10. Identify the risk areas associated with this effort. Identify how risks could be mitigated. 11. Can your company prime a team composed of a sufficient number of large and small subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Any proprietary information submitted in response to this synopsis will be appropriately protected when clearly identified as proprietary. Submitted materials will not be returned, and will be destroyed. Submissions shall not contain any classified information. Interested Offerors may submit their interest and required documentation via e-mail to Contract Specialist Scott.Dubuque@Navy.mil by 4:00 P.M. Central Time, on 28 October 2016. Responses must be marked with the sources sought designation number: N61331-17-R-0004.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/27d2743538092a29a8837348bdf38c67)
 
Record
SN04307339-W 20161020/161018234637-27d2743538092a29a8837348bdf38c67 (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.