Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOURCES SOUGHT

J -- NAWCAD WOLF SCMS Life Cycle Support (LCS) Sources Sought

Notice Date
5/14/2020 12:27:27 PM
 
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
N00421-20-R-0145
 
Response Due
5/22/2020 2:00:00 PM
 
Archive Date
06/06/2020
 
Point of Contact
Samantha Leap, Phone: 301-757-4544, Kristen W. Ferro, Phone: 301-342-0627
 
E-Mail Address
samantha.leap@navy.mil, kristen.ferro@navy.mil
(samantha.leap@navy.mil, kristen.ferro@navy.mil)
 
Description
RFP #:� N00421-20-R-0145 NAICS Code:� 541330 PSC Code:� J058 Notice Type: Sources Sought THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. The responses of the Sources Sought will be utilized as a market research tool to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. Furthermore, this market research tool is being used to identify potential small business firms capable of providing services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. Specific details will be provided in a solicitation at a future time which will be posted at https://beta.sam.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. INTRODUCTION: The Naval Air Warfare Center Aircraft Division (NAWCAD) Procurement Group Department, Patuxent River, MD is posting this Sources Sought to determine the interest in this requirement and determine if that interest warrants a full and open competition or a small business set-aside for support to NAWCAD WOLF SCMS Division Life Cycle Support (LCS). Locations include primarily within Continental United States (CONUS) locations; completion of some projects will require travel to Outside of the Continental United States (OCONUS) locations. PROGRAM BACKGROUND The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Special Communications Mission Solutions (SCMS) Division integrates, delivers, and sustains products for Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems. SCMS provides in-service engineering for C5ISR systems onboard small and large craft, commercial and militarized vehicles, transit cases, mobile communications, fixed base stations, command centers and intelligence systems. These C5ISR products are funded by a broad range of customers including Navy, Special Operations Forces (SOF), Homeland Security, and other Department of Defense (DoD) and non-DoD agencies. SCMS Division will utilize this contract to obtain specific disciplines associated with in-service engineering, logistical support, and training. This contract will provide required Life Cycle Sustainment (LCS) technical expertise and deliverables needed to complete each assigned project. This requirement is a follow-on procurement to the Indefinite Delivery Indefinite Quantity (IDIQ) contract N00421-18-D-0062, currently being performed by BAE Systems Technology Solutions and Services of Rockville, Maryland.� The existing contract is a Cost Plus Fixed Fee (CPFF) effort.� This contract is due to expire 22 August 2023, however due to the current burn rate the current contract is anticipated to end much sooner. ANTICIPATED PERIOD OF PERFORMANCE The estimated period of performance consists of one five-year ordering period. The anticipated start date is 05 May 2021. ANTICIPATED PLACE OF PERFORMANCE Onsite/Government site: St. Inigoes, MD � Offsite: Contractor Site � within 50 ground transportable miles of WOLF, St. Inigoes Panzer Kaserne, Germany Spring Lake, NC San Diego, CA Chesapeake, VA Camp Lejeune, NC Camp Pendelton, CA Fort Bliss, TX Fort Carson, CO Homestrad AFB, FL Joint Base Lewis McChord, WA Norfolk, VA Suffolk, VA Fort Brag, NC � 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.� REQUIRED CAPABILITIES: Please see the attached draft Statement of Work (SOW) for specific requirements.� The tasking associated with this effort is considered non-performance based Level of Effort (LOE).� Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardee will also be required to have a Government approved accounting system upon contract award. Additionally, A DD Form 254 Contract Security Classification Specification shall apply to this requirement, and the prime contractor shall have or demonstrate the ability to obtain a ""Top Secret"" Facility Clearance and ""Top Secret"" Safeguarding.� Please include in your response your ability to meet the Facility and Safeguarding requirements. ELIGIBILITY The applicable 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 Government anticipates that the Product Service Code (PSC) will be J058 Maintenance and Repair of Communication, Detection, and Coherent Radiation Equipment. SUBMITTAL INFORMATION Interested businesses shall submit responses electronically to NAWCAD Contract Specialist, Samantha Leap, in Microsoft Word or Portable Document Format (PDF) at samantha.leap@navy.mil no later than 4:00 PM Eastern Standard Time on 12 May 2020. The attached draft SOW includes the NAVAIR Standard Labor Category Personnel Qualifications for review.� Feedback from industry is being sought on the SOW, the NAVAIR Standard Labor Category Personnel Qualifications, and suggestions/recommendations on CLIN structure for the basic contract award.� Industry is also being solicited to suggest performance metrics related to each SOW task area. Interested Businesses should submit a brief capabilities statement package (no more than five (5) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice a draft SOW. Capabilities documentation must address, as a minimum, the following: Title Page: The capability package must be assembled with a title page containing the following information: Company name Company address Point of contact (including name, phone number, email address, and fax number) Cage code DUNS number Business size Specific Questions: What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature?� If so, please provide details. Can or has your company managed a team of subcontractors before?� If so, please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to perform the tasks? If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dated 12/3/18 at https://www.acquisition.gov/browse/index/far ).� To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government�s capability determination.� Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.� Company Profile: Office location(s), annual revenue history, include number of employees, statement indicating business size and if company is small, small disadvantaged business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), HUBZone Small Business (HUBZone), or 8(a) business. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify a subcontracting goal. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. No phone or email solicitations with regard to the status of the Request for Proposal (RFP) will be accepted prior to its release. Specific details will be provided in a solicitation which is anticipated to be released in the first quarter of fiscal year 2021 at https://beta.sam.gov/.� Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d7b171a594ff4c48802841470ba162a2/view)
 
Place of Performance
Address: Saint Inigoes, MD 20684, USA
Zip Code: 20684
Country: USA
 
Record
SN05658401-F 20200516/200514230200 (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.