Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2023 SAM #7789
SOURCES SOUGHT

99 -- Low-Cost Acoustic Processor (LCAP) engineering tool procurement and support for Anti-Submarine Warfare (ASW) engineering development and test activities.

Notice Date
3/24/2023 1:29:18 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-22-RFPREQ-APM264-0299
 
Response Due
4/8/2023 1:00:00 PM
 
Point of Contact
Kelly Dicken, Lisa Troccoli
 
E-Mail Address
kelly.e.dicken.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil
(kelly.e.dicken.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil)
 
Description
INTRODUCTION This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. The Naval Air Systems Command, (NAVAIR) Patuxent River, Maryland, Air Anti-Submarine Warfare Systems (ASW) Program Office (PMA-264) has the requirement for Fiscal Years (FY) 2024 through 2028 for the fabrication, qualification, and delivery of the Low-Cost Acoustic Processor (LCAP) engineering tool. This requirement includes delivery and upgrade of hardware, software, and firmware. In addition, updates to the software defined sonobuoy receiver(s) capable of acoustic communications and intelligence are required. This will include test, evaluation, installation, and integration of the LCAP engineering tool into the aircraft. The requirement also includes participation in Airborne ASW platform scientific testing and development efforts for The Continental US (CONUS) and Outside Continental US (OCONUS) efforts, off-site field testing for Developmental Test (DT) and Operational Test (OT), analyses of post-mission data and the development and administration of Fleet training programs. Planning, testing and execution may be required for manned and unmanned platforms such as the P-8A, MV-22B, H-60R, H-60S, UH-1Y, MQ-9. Due to the proprietary nature and requisite knowledge of the LCAP engineering tools hardware, software, and firmware, NAVAIR intends to award a sole source contract to RDA, Inc. as referenced in Federal Acquisition Regulation (FAR 6.302.1-7). Other interested parties may identify their interest and capability for this requirement no later than the response date identified in this notice. 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."" 2.0 BACKGROUND This requirement is a follow-on procurement to contract N68335-20-G-3039 currently being performed by RDA, Inc. The existing contract is a Basic Ordering Agreement with Cost Plus Fixed Fee Term Type delivery orders. This contract is due to expire 01 December 2024. LCAP engineering tool is a programmable system that gathers data from ASW sensors. LCAP has been successfully used as a prototype for new concepts and algorithms, and in the development, integration, test and verification and validation of ASW fleet sensors, avionics, and software. LCAP also supports maintenance and training of developed and installed technologies. The capability of LCAP to interface with and control the AN/ARR-90, Software Defined Sonobuoy Receiver (SDSR), provides the basis for test and integration of the advanced North Atlantic Treaty Organization (NATO) Sonobuoy Link, Multistatic Active Coherent (MAC) sonobuoy development, Acoustic Communications (ACOMMS) and associated signal processing. The Product Support Code (PSC) for this requirement is AC63. The North America Industry Classification System (NAICS) code is 541330. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. 3.0 REQUIRED CAPABILITIES Potential vendors must: Possess a fully functional LCAP engineering tool with deliveries within ninety (90) days of contract award/option exercise. � Upgrade the LCAP engineering tool hardware, software, and firmware. Provide test, evaluation, installation, and integration of LCAP engineering tool into manned or unmanned platforms. Participate in Airborne ASW platform scientific testing and development efforts for The Continental US (CONUS) and Outside Continental US (OCONUS) efforts, off-site field testing for Developmental Test (DT) and Operational Test (OT). Provide analyses of LCAP engineering tools post-mission data and development and administration of Fleet training programs. The Government will NOT pay a new business entering the market for the costs incurred to develop the LCAP engineering tool design. 4.0 SPECIAL REQUIREMENTS The acquisition may require access to classified information, up to and including the SECRET level, in accordance with OPNAVINST 5510.13H. The contracted effort will require a Security Clearance classification of SECRET and may require SECRET storage. Businesses should be compliant with Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level III with regard to software development and system integration (hardware, software, testing, and project management). 5.0 ELIGIBILITY The Product Support Code (PSC) for this requirement is AC63. The North American Industry Classification System (NAICS) code is 541330. The proposed acquisition will include a Conflict of Interest Solicitation provision and Contract Clause as set forth in FAR Subpart 9.5. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who possess the supplies and services provided in this notice and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this notice. 6.0 SUBMITTAL INFORMATION It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating the capability to meet the requirements of this notice. This documentation must address, at a minimum, the following: A company profile to include Company name, business size under North America Industry Classification System (NAICS) Code 541330, office location(s), Point of Contact (POC) name, phone number, email address, Commercial And Government Entity (CAGE) code, and Unique Entity ID (UEI). Include a brief description of any applicable contracts relating to the supplies and/or services described herein. Prior/current industry experience of similar size and scope as referenced in section 3.0 �Required Capabilities�. Address the proposed management approach to staffing the effort with qualified personnel. Include corporate management policies, quality certifications, and the experience level of currently employed personnel to be assigned tasks under this effort. Provide documentation of the company's ability to begin performance immediately upon contract award projected in FY 2024, to include a detailed plan and estimated schedule(s) of performance.� Include any deviation or impact, if applicable. Provide documentation to show the company's ability to meet the Required Capabilities, Special Requirements, and Eligibility of this notice. Media: One (1) electronic copy is required. Submissions should be in Adobe PDF. Note that large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security. Means of Delivery: Submissions must be received no later than the Response Date of this notice. The capability statement package and/or questions or comments regarding this notice may be sent by email to Kelly Dicken at kelly.e.dicken.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d335244cb060430da8bac7ae79934da8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06630170-F 20230326/230324230116 (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.