Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2023 SAM #7731
SOURCES SOUGHT

D -- SureTrack IDIQ Follow-On (NAWCAD / DAiTA Group)

Notice Date
1/25/2023 6:39:25 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-24-RFPREQ-52410MA-0001
 
Response Due
2/9/2023 11:00:00 AM
 
Point of Contact
Karly Kosa
 
E-Mail Address
karly.n.kosa.civ@us.navy.mil
(karly.n.kosa.civ@us.navy.mil)
 
Description
Sources Sought Synopsis: 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.� Requirement Overview: The Department of the Navy, Naval Air Warfare Center Aircraft Division, and the Digital Analytics Infrastructure & Technology Advancement (DAiTA) Group, is seeking sources to install, operate, and maintain the U.S. Navy STING software in support of OCONUS and CONUS requirements as part of the Regional Maritime Awareness Capability (RMAC) Program.� In CONUS locations, the STING software is used to support range surveillance for multiple locations in support of Navy, Air Force, Space Force, National Aeronautics and Space Administration (NASA) and commercial facilities around the nation.� OCONUS efforts support Department of State and Department of Defense objectives of �Building Partner Capacity� worldwide.� Although the original requirements for this program were in support of CONUS Range Support Operations, the current workload is almost entirely overseas in support of surveillance efforts and partner assistance.� The services required will include but are not limited to system engineering, system architecture and design, sensor and system analysis, sensor & system integration, hardware analysis and testing, software development, site surveys, system installation, sensor installation, electrical analysis and troubleshooting, basic electrical installations and repairs, infrastructure modification and repairs, laboratory and field testing, data analysis, hardware and software maintenance, system operations, remote system monitoring & maintenance, training, logistics support, shipping, purchasing, inventory control and management, technical documentation, information assurance, information security, communication equipment installation and support, system integration with subsystems, subsystem analysis, basic technology research, project management, and program management.� The contractor will be required to conduct installation, maintenance and operation of new and existing RMAC systems, development and testing of modifications to existing systems; and development, production, and installation of customized systems.�� Work under this contract will include any services related to any phase of planning, development, engineering, design, procurement, site preparation, installation, testing, training, operating, and maintaining as identified herein in support of the RMAC program. Requirement Classification: It is anticipated a solicitation will be issued reflecting an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five year ordering period.� The NAICS code is 541512 and a Product Service Code (PSC) of DA01.� Note: as this requirement includes a wide range of requirements, DA01 reflects the largest individual portion of those requirements (approx. 30%).� Companies should read the entire draft Statement of Work to understand the full scope of the requirements and not only rely on the description of PSC DA01. This office anticipates awarding a contract for the required services in the February 2024 timeframe.� This sources sought will help to determine whether this requirement can be set aside for small business.� All qualified companies are encouraged to respond. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS.� It is a market research tool being used by the government to obtain information regarding industry�s ability to provide products and services.��� Attachments: In order to facilitate industry�s understanding of this requirement, the following documents are attached: Draft statement of work (includes current Labor Categories) Responses: Interested parties are requested to submit a response of no more than 20 pages demonstrating their capability to perform the services listed in the attached SOW.� This document will be segregated into several distinct sections and shall address, as a minimum, the following:� Section (1):� 2 pages Shall include the title of the Draft PBSOW which you are applying to, company profile to include number of employees, office location(s), Unique Entity Identifier (UEI), and a statement regarding current small/large business status based on the NAICS referenced above. Additionally, a list of Government points of contacts and current telephone numbers to confirm facts presented in Section 2 along with relevant contract numbers and organizations supported. Section (2):� 10 pages Shall include a summary which discusses prior/current corporate experience performing efforts of similar size and scope, indication of whether company X worked as a prime or subcontractor, 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 city specified; management approach to staffing this effort with qualified personnel; statement regarding capability to obtain the required industrial security clearances for personnel; company�s ability to perform more than 50% of the work; and company�s ability to begin performance upon contract award. Can or has your company managed a task of this nature before? Section (3): 5 pages As an ID/IQ contract, the amount of work will vary greatly throughout the period of performance.� The level of effort for each of the labor categories is unpredictable.� No labor category will be guaranteed a minimum, or maximum, amount of work.� There may be periods where there are very few requirements, followed by periods of multiple, overlapping task orders. The Government recognizes the potential challenges that a company may have to sustain a workforce during periods with limited requirements and difficulty to staff qualified personnel during periods of increased workload.� Provide comments to specifically address your company�s ability to manage this type of ID/IQ contract.� How does your company plan to handle periods of limited work?� How does your company plan to handle surges?� Section (4): 2 pages Provide comments regarding any unduly restrictive aspects of the Statement of Work (SOW/ PWS), which may prevent your organization from submitting a competitive bid. Additionally, provide any questions which you may have about the (SOW/PWS), requirement, and acquisition strategy. The capability statement package shall be sent by email to karly.n.kosa.civ@us.navy.mil. Submissions must be received by email no later than 2:00 p.m. Eastern Standard Time on Thursday, February 9, 2023. Questions or comments regarding this notice may be addressed to Karly Kosa via email at Karly.n.kosa.civ@us.navy.mil. �All responses must include the following information: Company Name, Company address, Company business size, and Point-of-Contact (POC) name, phone number, and email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1fcd57c4a5f94dcd8d4d53af9c15d981/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06573576-F 20230127/230125230112 (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.