SOURCES SOUGHT
L -- NAWCAD WOLF Engineering Prototype and Fabrication (EPF)
- Notice Date
- 4/6/2023 8:43:11 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
- N0042123R0049
- Response Due
- 4/20/2023 11:00:00 AM
- Point of Contact
- Randolph Putnam, Christopher Pennini
- E-Mail Address
-
randolph.a.putnam.civ@us.navy.mil, christopher.k.pennini.civ@us.navy.mil
(randolph.a.putnam.civ@us.navy.mil, christopher.k.pennini.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. � Any resultant Request for Task Order Proposal (RFTOP) will be released to the Navy�s electronic platform for acquiring services, Seaport-NxG, at http://www.seaport.navy.mil/default.aspx. It is the responsibility of potential contractors to monitor this site for additional information pertaining to this requirement. This Sources Sought is a market research tool being used to determine potential and eligible business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The existing contract was previously competed, however, only one response was received. The Government would like to ensure that there is adequate competition for this procurement. Additionally, the results of this sources sought will also be utilized to determine if any Small Business Set-Aside opportunities exist. All interested large and small businesses are encouraged to respond with a capability statement, but only those businesses or teaming arrangements that are considered small under NAICS 541330 will be considered for small business set-aside decisions. INTRODUCTION� The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide Engineering, Systems Engineering, Fabrication, and Compliance Support to include product and part design engineering; production engineering; drafting; Computer Aided Design (CAD); Computer Aided Manufacturing (CAM); Modeling and Simulation (M&S); machining; sheet-metal design, layout, and fabrication; welding; assembly; composite repairs and fabrication of composite components and structures; woodworking; painting, including preparation and application of corrosion control coatings and powder coating; management of a stockroom with tooling, hand tools, fasteners, etc.; fuel farm operations; and the management of General Services Administration (GSA) vehicles, facilities, and personnel safety management and preparedness to include Hazardous Materials (HAZMAT). The Contractor shall accomplish the services using Government-owned or Government-leased specialized machinery and equipment as detailed in section 3.0 of the Draft Statement of Work (SOW). Further detail is provided in the Draft SOW attached to this synopsis (Attachment 2). The services are currently being performed by Compliance Corporation. of Lexington Park, MD under N00421-19-D-0043.� The existing contract is a Single Award Indefinite Delivery Indefinite Quantity (SA IDIQ) with Cost Plus Fixed Fee term orders. This contract is due to expire 7-July-2024.� PROGRAM BACKGROUND The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Ship & Air Integrated Warfare (SAIW) Division provides technical and engineering services to support the advanced research and development, systems engineering, and life-cycle support of electronics, communications, and information systems in response to tasking from the Department of Defense (DoD) and other U.S Government organizations. � REQUIREMENTS This Sources Sought Notice is considered Attachment 1. Please review Attachment 2, Draft SOW and Attachment 3, Draft Hours. If your company has any questions about the SOW, or any areas that may need further explanation, please also identify those in the response. The labor categories anticipated to execute the contemplated effort are included in Attachment 3, Draft Hours. Since the resultant task order will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon award. All Contractors that propose must either have or be able to obtain a SECRET facility clearance (with no safeguarding requirements). A DD Form 254 Contract Security Classification Specification shall apply to this requirement. ELIGIBILITY The applicable North American Industry Classification System (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 Product Service Code (PSC) for this effort will be LO99 � Technical Representation Services: Miscellaneous. PLACE OF PERFORMANCE 100% of work performed on site at WOLF St. Inigoes, MD.���������������������� ANTICIPATED CONTRACT TYPE This requirement is anticipated to be a SeaPort-NxG Multiple Award Contract (MAC) Task Order (TO) with Cost-Plus-Fixed-Fee (CPFF) term Contract Line Item Numbers (CLINs) for labor and cost reimbursable CLINs for Other Direct Costs (ODCs). ANTICIPATED PERIOD OF PERFORMANCE ������ � It is anticipated that the resultant Task Order will have a 5 year Period of Performance 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, single spaced, 12 point font minimum) demonstrating the ability to perform the effort listed in the attached Draft SOW, Attachment 2.� This documentation must address, at a minimum, the following: Title of the SOW to which you are responding; Company profile to include number of employees, annual revenue history, office location(s), CAGE code, DUNS number, and a statement regarding current small/large business status;� Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern; If a small business, provide an explanation of your company's ability or your company�s ability combined with a similarly situated entity�s ability to perform at least 50% of the tasking described in this SOW; 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 meet the requirements in the Facility and Safeguarding requirements;�� Company's ability to begin performance upon task order award; Details of the company's ability to manage a task of this nature; Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements; 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 (dollars and hours), Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.3.1 - 3.3.4.29 of the draft SOW Detailed Support 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. The capability statement package shall be sent by email to christopher.k.pennini.civ@us.navy.mil and randolph.a.putnam.civ@us.navy.mil.� Submissions must be received in accordance with the timeframe specified in the announcement.� Questions or comments regarding this notice may be addressed to Christopher Pennini and Randolph Putnam via email at christopher.k.pennini.civ@us.navy.mil and randolph.a.putnam.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 e-mail address.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dabee634c14c4945bcbe1f34a95cd456/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN06643865-F 20230408/230406230124 (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 |