Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

12 -- AN/SPA-25H PRODUCTION AND SERVICES - SOW

Notice Date
2/16/2017
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017817R2057
 
Archive Date
6/15/2017
 
Point of Contact
PHILLIP MAKELY, Phone: 540-653-4404
 
E-Mail Address
phillip.makely@navy.mil
(phillip.makely@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia 22448-5110 intends to procure for the Combat Direction Systems Activity Dam Neck (CDSADN), R30 Division, production of AN/SPA-25H Indicator Group hardware systems and components along with ancillary technical support services. AN/SPA-25H radar sensor equipment is the technical upgrade to AN/SPA-25G equipment which is the navigational and tactical display equipment used onboard naval vessels. CDSADN seeks to contract for the production of AN/SPA-25H Radar Indicator Group equipment and for related engineering and technical services associated with delivery and technical support of the purchased system equipment. The Contractor shall produce the following equipment: CLIN 0001 FFP AN/SPA-25H Consoles CLIN 0002 FFP AN/SPA 25H Technical Refresh Kits CLIN 0003 FFP AN/SPA 25-H Installation and Check Out (INCO) Kits for established ship installation projects CLIN 0004 FFP AN/SPA-25H Initial INCO Kits for new ship installation projects. Ancillary support services shall encompass the following tasking: (1) Conduct investigation of failed parts and report results and recommendations to the Government. (2) Conduct obsolescence reviews and investigations, and report results and recommendations to the Government. (3) Provide technical and engineering support services that aid Government high tempo AN/SPA 25H equipment installation efforts. Contract Type and NAICS/FSC: The Government plans to award a single source Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The Government contemplates a combination of Firm Fixed Price (FFP) CLINs, a Cost-Plus-Fixed-Fee (CPFF) level of effort CLIN, a Cost-only materials/other direct cost CLIN, and a Not Separately Priced deliverables CLIN. The NAICS Code for this requirement is 334511. The NAICS size standard is 1,250 employees. The FSC Code is 1285. An Organizational Conflict of Interest (OCI) clause as defined by FAR 9.505 will be included in the resultant RFP and contract. Period of Performance The resultant contract award will have a period of performance of five years. Competition Approach This requirement is currently designated as open competition. Incumbent This is a new requirement. There is no incumbent. Source Selection Procedures Best Value source selection procedures will be utilized. Written proposals will be evaluated in accordance with the Solicitation. Mandatory Requirements Offerors must meet all mandatory requirements or provide an acceptable plan to meet the requirements by time of award. In addition, all mandatory requirements must be maintained throughout the life of the contract. The mandatory requirements are as follows: Requirement 1: Manufacturing Facility Location. The manufacturing facility location must be within the continental United States. Requirement 2: Facility Clearance Level for Storage and Processing- SECRET. The Contractor must possess a facility cleared at the SECRET level for the purpose of hardware and information storage. Requirement 3: Personnel Clearance Level - SECRET. All personnel tasked to perform work on this contract must possess a minimum DoD industrial Security Clearance of SECRET. An interim SECRET clearance is acceptable. Industry Day An Industry Day will be held on 3/2/2017 at the Combat Systems Direction Activity, Dam Neck, Auditorium - Room H201, 1922 Regulus Avenue, Virginia Beach, VA. Registration will begin at 8:30AM. The Industry Day event begins at 10:00 AM. Contractors interested in attending Industry Day are requested to send an email notification to Phillip Makely at: phillip.makely@navy.mil not later than 2/21/2017. The conference will be conducted within a secure building. Conference attendees must submit visit requests via JPAS using SMO Code 632734 no later than ten days prior to the conference. To expedite check in, all individuals attending the conference must send a visit request, regardless of warfare affiliation. Use Doug Deforge for the POC and type in "AN/SPA-25H Industry Day" instead of the POC phone number. All NMCI Laptops must be registered at the Quarterdeck. A copy of the request form is available at the CDSA public website: http://www.navsea.navy.mil/nswc/damneck/Docs/CDSA%20POLICY-CUSTODY%20AND%20CONTROL%20OF%20AISE.pdf. Prohibited items are listed as follows: personally owned cellular telephones, photographic equipment, including photo-capable cellular telephones, personally owned electronic devices, and any flash media. DoD civilians will need to display a CAC to enter the NAS Oceana Dam Neck Annex. Contractors who will be driving rental vehicles or do not have CAC/Navy Region Mid-Atlantic Regional Contractor Badges must coordinate sponsorship with the conference POC, Junior Johnson, at Junior.e.johnson@navy.mil (757-492-8242). For any additional security coordination please contact the Security Manager at (757) 492-7922. During the Industry Day brief the Government will be making a technical presentation of the SOW. Interested parties in attendance will be given the opportunity to submit written questions after the presentation. Questions can be submitted on cards provided to attendees at the beginning of the presentation. The Government will either answer these questions at the end of the presentation or distribute the answers to all attendees via email. Capability Statements This Synopsis seeks to identify those small businesses with appropriate levels of capabilities that might be interested in responding to a formal solicitation. Interested small businesses are invited to submit capability statements, not to exceed 25 double spaced, single-sided pages in length, describing their ability to fulfill this requirement as described in the SOW. Capability statements must include the following: (1) A complete description of the offeror's manufacturing and production capabilities (including manufacturing and production processes, electronics expertise, track record, quality control, etc.), related experience, facilities, technical, program management, techniques, or unique combinations of these factors that would directly relate to the Government's requirements to build naval surface weapons control console equipment similar to that listed in the SOW. (2) The qualifications, capabilities, and experience of Contractor employees, who would be available to support the effort. (3) A summary of previous corporate experience relevant to the manufacturing and production of systems similar to that described in the SOW obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers. (4) A complete explanation outlining how labor categories may be filled by the contract award date, (5) A statement as to the existence of a corporate DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the contract award date. (6) Any potential subcontracting arrangements being considered at this time. If subcontracting is contemplated, the Capabilities Statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met. These limitations require that the offeror, as the prime contractor, shall perform work for at least 50 percent of the cost of manufacturing the required supplies, not including the cost of materials. (7) Provide prior experience information regarding the company's ability to meet high-tempo ship availability schedules by providing products similar to those listed in the synopsis and SOW. (8) Capability Statements must be sent to phillip.makely@navy.mil no later than 3/16/2017. Milestones The solicitation is estimated to be available on the FedBizOps website on or around 4/18/2017 and will be open until 5/31/2017. Award is planned for 12/6/2017 with an estimated period of performance start date of 12/7/2017. Draft Statement of Work (SOW): A draft copy of the SOW is attached in FBO for potential offerors to review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017817R2057/listing.html)
 
Record
SN04405763-W 20170218/170216235101-39450980736824dcc6100fe002193818 (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  © 1994-2020, Loren Data Corp.