Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2020 SAM #6917
SOURCES SOUGHT

R -- ELECTROMAGNETIC ENVIRONMENTAL EFFECTS (E3)

Notice Date
11/4/2020 10:12:17 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
N00421-21-R-0089
 
Response Due
11/20/2020 11:00:00 AM
 
Archive Date
12/05/2020
 
Point of Contact
Richard E. Myers, Phone: 3017573280, Linda S Loving, Phone: 3019954038
 
E-Mail Address
richard.e.myers1@navy.mil, linda.loving@navy.mil
(richard.e.myers1@navy.mil, linda.loving@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. The responses to this Sources Sought will be utilized to determine if any Small Business Set- aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website or the Navy's electronic platform for acquiring services (Seaport) at http://www.seaport.navy.mil/default.aspx. It is the responsibility of the potential Offerors to monitor these sites for additional information pertaining to this requirement. INTRODUCTION The PSC for this requirement is R425-Support-Professional: Engineering/Technical.�� The NAICS for this requirement is 541330, Engineering Services, with a size standard of $38.5M. All interested businesses are encouraged to respond. The Naval Air Systems Command (NAVAIR), NAWCAD Procurement Group, Patuxent River, MD is seeking information regarding potential sources of expertise in engineering and technical services in support of the Electromagnetic Environmental Effects (E3) Division. The NAVAIR Electromagnetic Environmental Effects (E3) Division ensures cradle-to-grave electromagnetic compatibility in all NAVAIR aircraft, weapon and ground support systems in support of Fleet mission needs.� The scope of this work is to provide uninterrupted technical support to the Electromagnetic Environmental Effects (E3) Division and the Electromagnetic Compatibility (EMC) Branch, which provide E3 systems engineering expertise and Test and Evaluation (T&E) support to NAVAIR Program Managers, Air (PMAs), class desks, and test squadrons to meet technical cost, schedule, and performance objectives across the total life cycle of naval aviation systems. The division provides specialized E3 engineering and analysis as well as unique electromagnetic E3 test facilities for aircraft, weapons, Aircraft Launch and Recovery Equipment (ALRE), Support Equipment (SE), training systems, including targets and decoys.� Engineers in the divisions apply their skills across the broad spectrum of E3 which includes: Electromagnetic Interference (EMI), Electromagnetic Vulnerability (EMV), EMC, Electromagnetic Pulse (EMP), High Power Microwave (HPM), Lightning, Precipitation Static (p-static), Electrostatic Discharge (ESD), Emission Control (EMCON), TEMPEST, and the Hazards of Electromagnetic Radiation to Ordnance (HERO), Fuels (HERF), and Personnel (HERP). Specifically, the E3 division works to address and control electromagnetic environmental effects and Radio Frequency (RF) spectrum compliance utilizing national and international spectrum certification and frequency allocation procedures; identifies and resolves E3 issues throughout the entire acquisition process by participating in technical reviews and associated milestone decisions; tailors E3 requirements to fulfill specific mission needs, and conducts functional and risk analyses; conducts EMI and spectrum supportability analyses from initial concept & design throughout deployment;� participates in engineering investigations and provides recommended solutions to Fleet reported EMI problems; participates in the evaluation of Engineering Change Proposals (ECPs) ensuring that new system designs are compatible with Naval Aviation�s unique operational Electromagnetic Environment (EME) and spectrum supportability tasks involving developing spectrum supportability risk assessments, researching spectrum databases, applying for spectrum certification and frequency allocation with spectrum agencies such as the Navy-Marine Corps Spectrum Center (NMSC), National Telecommunications and Information Agency (NTIA) and the Federal Aviation Agency (FAA). �The ASEMICAP program within the E3 Division identifies, corrects, mitigates, and prevents EMI problems in Fleet-fielded systems and represents Fleet interests within the acquisition community.� ASEMICAP supports all Naval Aviation aircraft and their associated systems by providing engineering and technical support directly to Fleet units for the resolution of EMI problems and by providing on-site unit-level E3 awareness training. Specifically, the EMC Branch provides; the expertise and simulation facilities necessary to conduct, test and evaluation and E3 design support for the assessment of both tactical and strategic weapon systems and their associated support systems.� E3 test and evaluation includes; EMI, EMV, EMC, EMP, HPM Lightning, P-static, ESD, Bonding, EMCON, TEMPEST, HERO, HERF, and HERP testing.� The EMC branch validates the E3 requirements of the Navy and other DoD services by providing test facilities, test and evaluation capabilities, systems analyses, operational assessments, system trouble shooting, hardening design upgrades, threat hardening technologies, system improvements, and life cycle support. The performance of services is described in the attached Draft Statement of Work (SOW). This requirement will be a follow-on effort to a Cost-Plus-Fixed-Fee Seaport-E Task Order N00421-17-F-3000 with Wyle Laboratories, 22309 Exploration Dr. Lexington Park, MD. The NAVAIR Freedom of Information Act (FOIA) website is http://navair.navy.mil. ANTICIPATED PERIOD OF PERFORMANCE One (1) Five (5) Year Ordering Period ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) with an estimated total Level of Effort of approximately 445,363 man-hours over a period of five years. These services shall be performed on-site at Naval Air Station Patuxent River, MD and a variety of other locations (see attached Draft SOW). ELIGIBILITY The applicable NAICS code for this requirement is 541330 with a current size standard of $38.5m.� The Product Service Code (PSC) is R425.� SUBMISSION DETAILS See attached Draft SOW. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, 12-point font minimum) demonstrating ability to perform the services listed in the attached Draft SOW. This documentation must address, at a minimum, the following: Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 and AS9100: 2016 certification and current small business size status under associated NAICS codes; � 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 value, Government point of contact, and a brief description of how the referenced contract related to the services described in the SOW; � Describe experience and capabilities in regards to your company's ability to manage a task of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel; � Please note that under a Small Business Set-Aside, the small business prime or similarly situated entities, in accordance with FAR 52.219-14 Deviation 2019-O0003, must perform at least 50% of the work in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. Provide an explanation of your company's ability/plan to perform at least 50% of the overall effort; � Provide comments and questions regarding any restrictive or confusing aspects of the Draft SOW. (This portion of your response does not count against the 15-page limit; however, questions should be limited to an additional two (2) pages maximum; � This Sources Sought notice is being published with the intent to promote competition. Suggestions from industry regarding how competition may best be achieved are requested, including information related to alternative NAICS code choices. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations. � Responses to this Sources Sought shall be submitted electronically by email to Richard Myers, Contract Specialist, at Richard.e.myers1@navy.mil and Linda Loving, Contract Specialist, at Linda.loving@navy.mil. Responses shall be received no later than 2:00 p.m. Eastern Standard Time on 20 November 2020. � Classified material SHALL NOT be submitted. � Please submit all questions related to this Sources Sought to the Contract Specialist via email.� No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release. � THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/047f2199798b40649451baab40c40a4b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05846358-F 20201106/201104230140 (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.