Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

J -- NAWCAD WOLF - Engineering Products & Technical Services

Notice Date
12/10/2019 7:54:19 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-19-RFPREQ-4K0000T-0005
 
Response Due
12/26/2019 11:00:00 AM
 
Archive Date
01/10/2020
 
Point of Contact
Maria M Mattei-Chaney, Phone: 3017570740, Stacey MacMillan, Phone: 3017570463
 
E-Mail Address
maria.mattei-chaney@navy.mil, stacey.macmillan@navy.mil
(maria.mattei-chaney@navy.mil, stacey.macmillan@navy.mil)
 
Description
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 This requirement is for the Naval Air Warfare Center Aircraft Division Webster Outlying Field. (NAWCAD WOLF) Air Traffic Control and Landing Systems (ATC&LS) Division located at NAWCAD WOLF, Saint Inigoes, MD. This effort is for the provision of services and tasks required for Engineering Products and Technical Services (EPTS) in support of ATC&LS under NAWCAD WOLF cognizance. The ATC&LS Division is the Design Agent, In-Service Engineering Agent (ISEA), and Software Support Activity (SSA) for various ATC&LS. The ATC&LS Division receives tasking for these systems including, but not limited to, the following technical and product support categories and services: fleet support; supply support, technical support; pre-positioned technical support; systems improvement; systems development; systems test and evaluation; software development, test, and maintenance; field change program; production; special purpose test fixture development; test bed support; and overhaul and restoration program support.Further detail is provided in the Draft Statement of Work (SOW) attached to this synopsis (Attachment 1).ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINESS SET-ASIDE OPPURTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED.PROGRAM BACKGROUNDThe ATC&LS Division at NAWCAD WOLF performs system test and evaluation; system certification; technical support; pre-positioned technical support; supply support; systems improvement; systems engineering; systems development; operational software development and maintenance; test support; software development and maintenance; field change program support; production engineering; special purpose test fixture development; test bed support; overhaul and restoration program support; program management; quality assurance; and system safety support.This is a follow-on to a previous effort. This is a re-compete of N00421-16-D-0010, expected to expire in April 2021. N00421-16-D-0010 is an Indefinite Delivery/Indefinite Quantity Contract (ID/IQ) with a five-year ordering period. The follow-on contract is anticipated to be a competitively awarded ID/IQ with a five-year ordering period. The incumbent is BAE Systems.Place of Performance: Government Site (85%; Patuxent River NAS and Webster Field, St. Inigoes) and Contractor Site (15%)REQUIREMENTSPlease see Attachment 1, Draft SOW and Attachment 2, Draft Contract Data Requirements List. The labor category functional descriptions anticipated in execution of the contemplated effort are included in Attachment 1. If your company has any questions about the DRAFT SOW, or any other areas that may need further explanation, please identify those in your response.As the resultant contract is anticipated to be an ID/IQ with cost-type task orders, per FAR 16.301-3(a)(3), the successful offeror will also be required to have a Government approved accounting system upon award.All potential offeror’s must either have, or be able to obtain, a SECRET facility clearance. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a “Secret” Facility Clearance and a “Secret” Safeguarding Clearance.ELIGIBILITYThe applicable North American Industry Classification System (NAICS) Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $41.5 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) for this effort will be J058 - Maintenance, Repair, Rebuild of Equipment: Communication, Detection, and Coherent Radiation Equipment.PLACE OF PERFORMANCE: Government Site (85% Patuxent River NAS and Webster Field, St. Inigoes, MD) and Contractor Site (15%)ANTICIPATED PERIOD OF PERFORMANCE It is anticipated that the resultant contract will have a five-year ordering period.ANTICIPATED CONTRACT TYPEThis requirement is anticipated to be a Single Award ID/IQ with Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) Labor CLINs. The Government anticipates cost reimbursable Other Direct Cost (ODCs) for travel and material.SUBMITTAL INFORMATIONIt is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the effort listed in the attached Draft SOW, Attachment 1. This documentation must address, at a minimum, the following: Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the DRAFT SOW; Description of the specific technical skills your company possess that ensures its 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 DRAFT SOW Technical Requirements. If your company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, 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; 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; Company's ability to begin performance upon contract award; Details of the company's ability to manage a task of this nature; Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements; Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this DRAFT SOW for the five-year ordering period; Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc.; Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern; and Include in your response your ability to meet the Facility and Safeguarding requirements outlined above. The capability statement package shall be sent by email to maria.mattei-chaney@navy.mil and stacey.macmillan@navy.mil. Submissions must be received no later than 2:00 p.m. Eastern Standard Time on December 26, 2019. Questions or comments regarding this notice may be addressed to Maria Mattei-Chaney and Stacey Macmillan via email at maria.mattei-chaney@navy.mil and stacey.macmillan@navy.mil. No phone calls will be accepted.All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f19d13759d5e43b1b5664c920fdd8d23/view)
 
Place of Performance
Address: MD-07, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN05513438-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.