Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOURCES SOUGHT

D -- SureTrak surveillance systems - SOW

Notice Date
3/6/2017
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
1300303728
 
Archive Date
4/5/2017
 
Point of Contact
Kenneth G. Turing, Phone: 3019954213
 
E-Mail Address
kenneth.turing@navy.mil
(kenneth.turing@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW 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 PREPARTATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. 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. INTRODUCTION The Naval Air Warfare Center - Aircraft Division (AIR 2.5.1.11) at Patuxent River, MD announces its intention to procure, on a sole-source basis, under the statutory authority of Title 10, U.S.C. Section 2304 (c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." This requirement pertains to a one year sole source extension to existing Indefinite Delivery-Indefinite Quantity (IDIQ) contract N00421-14-D-0001 to cover new scope work for FMS programs not anticipated at time of award. The SureTrak IDIQ contract provides for installation, operation, and maintenance of SureTrak surveillance systems. The one-year extension would allow for the completion of upcoming task orders associated with the new work performed by the current contractor, PAE Applied Technologies, to allow for continuity of operation in several FMS countries. The Navy International Programs Office (NIPO) has requirements for installation of sensor systems in the Area of Responsibility (AOR) of AFRICOM, PACOM and EUCOM. The current contract includes a four year ordering period and the proposed sole source modification would add a fifth year to the ordering period in an effort to maintain continuity until several installations is complete. The services necessary to provide install, operate, and maintain the SureTrak surveillance systems to the NAVAIR Range Department (Code 5.2) is a continuation of task orders that have been awarded on Contract N00421-14-D-0001. The labor and material associated with performing the tasking for the new NIPO FMS programs were not foreseen when the contract was awarded. Issuance of the modification described herein would add to existing unique labor and material ceilings in the current contract in an effort to maintain program schedules and continuity of effort. REQUIREMENT OVERVIEW The Department of the Navy, Naval Air Warfare Center Aircraft Division, and NAVAIR Range Department (Code 5.2) is seeking sources to install, operate, and maintain the SureTrak surveillance systems located at several Navy, Air Force, National Aeronautics and Space Administration (NASA), and commercial facilities around the nation. SureTrak is also deployed and will require contractor support in several African Nations as part of the Regional Maritime Awareness Capability (RMAC). The services required will include but are not limited to system engineering, system architecture and design, sensor and system analysis, sensor & system integration, hardware analysis and testing, software development, site surveys, system installation, sensor installation, electrical analysis and troubleshooting, basic electrical installations and repairs, infrastructure modification and repairs, laboratory and field testing, data analysis, hardware and software maintenance, system operations, remote system monitoring & maintenance, training, logistics support, shipping, purchasing, inventory control and management, technical documentation, information assurance, information security, communication equipment installation and support, system integration with subsystems, subsystem analysis, basic technology research, project management, and program management. The contractor will be required to conduct installation, maintenance and operation of new and existing SureTrak type systems (SureTrak); development and testing of modifications to existing systems; and development, production, and installation of customized systems. Work under this contract will include any services relating to any phase of planning, development, engineering, design, procurement, site preparation, installation, testing, training, operating, and maintaining as identified herein in support of the SureTrak program. As a note, it is anticipated that upon completion of contract N00421-14-D-0001, the follow-on procurement for these SureTrak requirements will be conducted as a competitive procurement as Government requirements are shifting in a manner that would allow for competition. It is anticipated that the follow-on procurement's Request for Proposals will be released by the end of CY2017. REQUIREMENT CLASSIFICATION A solicitation will be issued reflecting an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five year ordering period. The NAICS code is 541512 and a Product Service Code (PSC) of D318. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being used by the government to obtain information regarding industry's ability to provide products and services. Attachments: In order to facilitate industry's understanding of this requirement, the following documents are attached: •(1) Current Statement of Work for N00421-14-D-0001 Responses: Interested parties are requested to submit a response of no more than 20 pages demonstrating their capability to perform the services listed in the attached SOW. This document will be segregated into several distinct sections and shall address, as a minimum, the following: Section (1): 2 pages Shall include the title of the PBSOW which you are applying to, company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. Additionally, a list of Government points of contacts and current telephone numbers to confirm facts presented in Section 2 along with relevant contract numbers and organizations supported. Section (2): 16 pages Shall include a summary which discusses prior/current corporate experience performing efforts of similar size and scope, indication of whether company X worked as a prime or subcontractor, and a brief description of how the referenced contract relates to the services described herein; 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; management approach to staffing this effort with qualified personnel; statement regarding capability to obtain the required industrial security clearances for personnel; company's ability to perform more than 50% of the work; and company's ability to begin performance upon contract award. Can or has your company managed a task of this nature before? Section (3): 2 pages Provide comments regarding any unduly restrictive aspects of the Statement of Work (SOW/ PWS), which may prevent your organization from submitting a competitive bid. Additionally, provide any questions which you may have about the (SOW/PWS), requirement, and acquisition strategy. The packages shall be submitted electronically to the Contract Specialist in Microsoft Word Format at the following address: kenneth.turing@navy.mil. The deadline for response to this request is March 21, 2017. All communication in reference to the above submissions shall only be permitted through the contract office 2.5.1.11 NAWCAD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/1300303728/listing.html)
 
Record
SN04424693-W 20170308/170306234944-0b0fcf049f1d7988045bc90099eda274 (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.