Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOURCES SOUGHT

J -- Maintenance Support of the Advanced Multiple Emitter Simulator (AMES), the Combat Electromagnetic Simulators (CEESIM), and the Radio Frequency Generator (RFGEN) section of the Next Electronic Warfare Electronic Generator (NEWEG) system.

Notice Date
2/13/2020 4:35:06 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0089
 
Response Due
3/2/2020 10:00:00 AM
 
Archive Date
05/31/2020
 
Point of Contact
Euclid-Jake P. Posadas, Phone: 8059898661, Helen N. Xiong, Phone: 8059894536, Fax: 7609393095
 
E-Mail Address
euclid-jake.posadas@navy.mil, helen.xiong@navy.mil
(euclid-jake.posadas@navy.mil, helen.xiong@navy.mil)
 
Description
INTRODUCTION� Naval Air Warfare Center, Weapons Division (NAWCWD) Electronic Warfare (EW) Integrated Laboratory Division located at Point Mugu, CA is seeking qualified vendors to provide preventive maintenance support, on-site maintenance support, system upgrade support, technical telephone support (on-call support), parts repair evaluation, parts repair and/or replacement, for both hardware and software, for the following:� -Advanced Multiple Emitter Simulator (AMES) II systems and subsystems,� -Combat Electromagnetic Environment Simulator (CEESIM) systems and subsystems, and� -Radio Frequency Generator (RFGEN) section of the Next Electronic Warfare Electronic Generator (NEWEG) system. � This is a Sources Sought to determine the availability and technical capability of all prospective businesses. �All responsible sources are encouraged to respond. 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. BACKGROUND� This requirement is currently being performed under an Indefinite Delivery Indefinite Quantity (IDIQ) contract N6893616D0002 with Amherst Systems, Inc., with a combination of Cost Plus Fixed Fee (CPFF) and Cost Type Contract Line Item Numbers (CLINs) as identified in each Task Order (TO) issued by the Government. �This dynamic, interactive environment simulation facility evaluates the effectiveness of EW equipment in support of hardware and software changes for deployed systems, developmental test and evaluation. �This requirement will provide a follow-on Single Award Indefinite Delivery Indefinite Quantity (IDIQ) to the existing IDIQ. �Ordering on the current IDIQ ends in January 2021. Requests for additional information may be submitted via the Freedom of Information Act (FOIA) at http://foia.navair.navy.mil. REQUIRED CAPABILITIES� The purpose of this effort is to support dynamic, interactive environment simulation facilities to evaluate the effectiveness of Electronic Warfare equipment in support of hardware and software changes for deployed systems, developmental test and evaluation, including the F-35 and FMS facilities. The Statement of Work (SOW) defines the effort required for maintenance support of the Advanced Multiple Emitter Simulator (AMES), the Combat Electromagnetic Environment Simulator (CEESIM) systems and subsystems, and the Radio Frequency Generator (RFGEN) section of the Next Electronic Warfare Electronic Generator (NEWEG) system. The requirement is for the Naval Air Warfare Center Weapons Division (NAWCWD) and its customers (including Foreign Military Sales (FMS), e.g. South Korea, Italy, Canada, and Finland). The AMES system for this effort includes AMES II, MicroAMES, and PicoAMES. �The CEESIM systems for this effort are: 1) Verification and Validation System (VVS) CEESIM Radio Frequency (RF) Threat Simulator system that includes the Synchronization and Control System (SCS), Advanced Compact Signal Measurement System (ACSMS), and Environment Generation and Analysis (EGA) Workstations; and 2) Mission Emitter Development Station (MEDS) CEESIM RF Threat Simulator system that includes an EGA Workstation. The RFGEN section for this effort includes the RFGEN Threat System Simulator portion of the NEWEG. �This effort will provide scheduled preventive maintenance, remedial maintenance support on-site and at vendor location, system and software upgrade support on-site and at vendor location, on-call support, parts repair evaluation to include parts repair and/or replacement, CEESIM spare parts and training for hardware and software for the AMES and CEESIMs systems and sub-systems and RFGEN section cited above. Please see the attached draft Statement of Work (SOW) for further details of the requirement. Estimated RFP release: Aug 2020 Estimated Award: January 2021 Period of Performance: Ordering period of Five Years. �Period of Performance to be defined at the Delivery/Task Order Level. Estimated Total Level of Effort: 50,539 hours Estimated Required Labor Categories: Program Manager, Systems Engineer, Senior Software Engineer, Senior Hardware Engineer, Junior Software Engineer, Junior Systems Engineer, Senior Manufacturing Engineer, MFG Engineering Services, QA Software Configuration Management Analyst ELIGIBILITY� The North American Industrial Classification System (NAICS) code for this requirement is 811219 with a small business size standard of $20.5 Million. The Product Service Code (PSC) is J066. SUBMISSION DETAILS� Interested businesses should submit a brief capabilities statement package (no more than fifteen 8.5"" x 11"" pages in length, 12 point font minimum), demonstrating their ability to deliver the requirements described herein. This documentation should address, at a minimum, the following: 1. Title of the requirement for which you are submitting a capabilities statement package. 2. Company name, address, point of contact name, phone number, fax number, and email address. 3. Company profile to include office location(s), cage code, and DUNS number. 4. Company size in number of employees and if your company size is large or small according to the above listed NAICS and size standard. 5. If your company is a small business, specify if it is any of the following: Service-Disabled Veteran Owned Small Business (SDVOSM), HUBZone Small Business, 8(a) concern, Woman-Owned Small Business (WOSB), and Economically Disadvantaged Woman-Owned Small Business (EDWOSB).� 6. Under a Small-Business Set-Aside, in accordance with FAR 52.219-14, Limitations on Subcontracting, � At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. In other words, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is a small business, provide an explanation of your company�s ability to perform at least 50% of the required tasking. 7. Prior/current corporate experience performing efforts of similar size and scope within the last five 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 contract referenced relates to the requirement as described herein. Specific reference should be made to experience in AMES IIand III,the CEESIM systems and RFGEN section of the NEWEG system. 8. Describe your resources available in terms of corporate management and currently employed personnel to be assigned to tasks under this effort, to include professional qualifications and specific experience of such personnel. 9. Describe your organization�s management approach to staffing this effort with qualified personnel. 10. Describe your organization�s ability or potential approach to meeting the technical and delivery requirements as specified herein. 11. Describe your organization�s capacity or potential approach to achieving capacity for managing the magnitude of the requirements as specified herein. 12. Security requirements. If the contractor has a current contract with the Government, the capability statement should address if the contractor has a current DD254 and current Top Secret/Sensitive Compartmented Information security clearance.� The capability statement package should be submitted by email to the Contract Specialist (CS), Euclid- Jake Posadas at euclid-jake.posadas@navy.mil by no later than 10:00 AM PST on 03/02/2020. Questions or comments regarding this notice may be addressed by email to the CS. Information and materials submitted in response to this synopsis WILL NOT be returned. Classified material SHOULD NOT be submitted. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/124a8d02e20c431282c5fbc360a5aedf/view)
 
Record
SN05562242-F 20200215/200213230139 (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  © 1994-2020, Loren Data Corp.