SOURCES SOUGHT
N -- NAWCAD WOLF Mobile Deployable Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance Systems
- Notice Date
- 3/22/2022 7:13:19 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
- N00421-21-RFPREQ-4K0000T-0012
- Response Due
- 4/6/2022 11:00:00 AM
- Point of Contact
- Krista Hayden, Matthew F. Purcell
- E-Mail Address
-
krista.hayden@navy.mil, matthew.purcell@navy.mil
(krista.hayden@navy.mil, matthew.purcell@navy.mil)
- Description
- INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Special Communications Mission Solutions (SCMS) Division integrates and delivers products for Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems. The SCMS Division is tasked to provide Mobile Deployable (MD) C5ISR products comprising of small craft, transportable systems, enroute communication systems, and intra-platform systems. These critical MD products are funded by a broad range of customers including the U.S. Navy, Special Operations Forces (SOF), Homeland Security, and other Department of Defense (DoD) and non-DoD agencies. The SCMS Division will utilize this Contract to obtain specific engineering and technical services required for production and installation of electrical and electronic communication systems onto diverse MD platforms. The Contractor will provide engineering and technical services for the implementation of MD systems and platforms from concept through installation and fielding. Specifically, the Contractor will provide planning and analysis, engineering design, assimilation, kitting, production and verification, logistics and in-service support, and technical management support of new and legacy MD Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems and platforms. Please see the DRAFT Statement of Work (SOW) (Attachment 1) for the entire set of requirements, and Level of Effort (LOE) spreadsheet (Attachment 2) for labor categories and hours. DISCLAIMER 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 BUSINSS SET-ASIDE OPPURTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGOREIS WILL BE CONSIDERED. 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. PROGRAM BACKGROUND The NAWCAD WOLF SCMS Division provides full spectrum Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems engineering solutions to the warfighter. From requirements definition through sustainment (cradle-to-grave), SCMS Division solutions provide critical interoperability, supportability, and connectivity among communication systems, subsystems, components, and equipment. The SCMS Division accepts and leads diverse customer-driven projects that are rapid in nature and vary in duration. Multiple projects are concurrently deployed and new projects are continuously added. The SCMS Division accepts work as the organic Lead Systems Integrator (oLSI) and receives funds as a Working Capital Fund (WCF) organization from a broad range of Department of Defense (DoD) and non-DoD customers to provide best value C5ISR solutions to on-the-ground end users, including joint forces commands and disaster recovery/first responders. This procurement is a follow-on to N00421-19-D-0033, performed by BAE Systems Technology Solutions & Services, Inc. The current task order has a 5-year option period estimated to end in Quarter (QTR) 2 of Fiscal Year (FY) 2024. ANTICIPATED CONTRACT TYPE This procurement is anticipated to be a competitive single award Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) Labor CLINs and Cost Reimbursable Other Direct Cost (ODC) CLINs for travel and material. The estimated total potential LOE is approximately 980,320 man-hours (based on 1,920 hours per year). The Period of Performance (PoP) is one five-year ordering period and includes a six-month option to extend services, with an anticipated start in FY2024. ELIGIBILITY The Product Service Code (PSC) N059 Installation of Equipment - Electrical and Electronic Equipment Components is the most appropriate for the effort. It requires the contractor to provide production, integration, and installation services. The North American Industry Classification System (NAICS) Code 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. SECURITY All Contractor personnel shall maintain security clearance eligibility commensurate with the level of classification of the work performed as annotated in the DD-254, Contract Security Specification Form. Contractor personnel shall require access to classified information in performance of this task order up to and including Top Secret, with a safeguarding level of Top Secret. ANTICIPATED PLACE OF PERFORMANCE Approximately 22% of work will be performed at Government site located at WOLF, St. Inigoes, Maryland and approximately 78% of work to be performed at contractor sites. Of the total percentage of work performed at contractor sites, approximately 46% will be performed at the contractor-furnished integration facility location within fifty (50) ground transportable miles of WOLF, St. Inigoes, Maryland and approximately 32% will be performed at the contractor-furnished integration facility location within fifty (50) ground transportable miles of Little Creek, Virginia. SUBMITTAL INFORMATION (CAPABILITIES STATEMENT) Interested businesses shall submit brief capability statements (no more than 10 pages in length, single spaced, 12 point font minimum) electronically via email in Microsoft Word or Portable Document Format (PDF) at krista.k.hayden.civ@us.navy.mil no later than 2:00 PM Eastern Daylight Time (EDT) on 6 April 2022. 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. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. 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. Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW.� This documentation must address, at a minimum, the following:� Title of the SOW being referenced; Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 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 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 locations specified; Statement regarding capability to obtain the required industrial security clearances for personnel; 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. What specific technical skills does your company possess which ensures capability to perform the SOW tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the sections 3.3.1-3.3.5 of the draft SOW Technical Requirements. If the 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. If your company has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in the response. Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via email. All responses must be sufficient in detail to permit agency analysis to establish bona fide capability to meet requirements. Contract Specialist / Primary Point of Contact: Krista Hayden Email: krista.k.hayden.civ@us.navy.mil Secondary Point of Contact: Matt Purcell, Contracting Officer Email: matthew.f.purcell2.civ@us.navy.mil Procurement Group Office Address: Naval Air Warfare Center Aircraft Division (NAWCAD) 21983 Bundy Road, Building 441 Patuxent River, MD 20670 United States
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/842da3296629480fad7cebea4995f17f/view)
- Place of Performance
- Address: Saint Inigoes, MD 20684, USA
- Zip Code: 20684
- Country: USA
- Zip Code: 20684
- Record
- SN06275584-F 20220324/220322230111 (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 |