Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOURCES SOUGHT

R -- Systems Engineering and Technical Support Services

Notice Date
8/21/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-R-0073
 
Response Due
9/5/2007
 
Archive Date
8/21/2008
 
Description
DESCRIPTION The Naval Air Systems Command; Aircraft Support Contracts Department (AIR 2.5.1.3), Patuxent River, MD 20670-1127 announces its intention to procure on a competitive basis, services and materials necessary to provide Systems Integration and Software Development, Platform Simulation, Integration and Laboratory Engineering, and Software Engineering. These efforts are focused across a broad business base comprised of Integrated Program Teams (IPT's), which support Naval Air Programs. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing these services prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). Therefore, all interested parties are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. REQUIREMENTS The contractor shall be required to perform the following tasks: Software Systems Engineering, Software Development, Test, Software Acquisition, Systems/Subsystems Integration, Avionics/Software/Air Vehicle Technology Insertion, Configuration Management, and Program Performance Assessment Analysis/Planning. This effort shall apply to U.S. domestic military programs and Foreign Military Sales (FMS) programs. The contractor shall also provide engineering support for the following tasks: development and integration of systems, including hardware and software, as required, software program generation and software and hardware integration, along with development of test devices and systems which support system test and integration such as weapon system simulators and trainers. Such devices may include non-intrusive hardware/interface monitoring devices and the software/systems that analyze the data extracted/generated. The description of the tasks to develop operational systems requirements, integration and to conduct operational and functional systems testing, and fleet introduction will be included in the Request for Proposals in the Statement of Work. Each task requires specific product deliverables that include but are not limited to software, hardware, firmware, trade off analysis documentation, test plans, test procedure documentation, test report documentation, training materials including computer based training as well as training documentation, operator users guides and operational concept documentation. The Contractor will be required to perform these tasks for the Systems Engineering Competency (4.1), NAWCAD and in support of tasking by NAVAIR Program Management Activities (PMA). LABOR QUALIFICATIONS The contractor is required to provide flight qualified Project Specialists in accordance with the OPNAVINST 3710.7 Series and the applicable Naval Air Training and Operating Procedures Standardization (NATOPS) Flight Manuals for the aircraft being flown. Project Specialists fall into two groups, those who can operate the stations on the aircraft including Acoustic, Non-Acoustic, Navigator/Communicator (NAVCOM) and Tactical Coordinator (TACCO) and those that perform observer functions. This will ensure accomplishment of the tasks specified in the Statement of Work. The government is responsible for providing the facilities and assets required for engineering contractor personnel to achieve and maintain currency at their assigned aircrew positions to include Flight Physiology, NATOPS exams and flight checks, and the minimal hours required to maintain currency. Annual Flight Physicals are the responsibility of the engineering contractor. The engineering contractor personnel shall have specific (relevant) experience and capabilities related to Navy avionics system engineering tasks in the following areas: No one person is expected to have experience in all the capabilities listed below. * Systems Analysis, operations research * System software engineering for real-time avionics and weapons systems. * Object Oriented (OO) design & implementation with UML and C++ * Real-time programming in ADA or C++ * Software development in a cross-compile environment (UNIX or MS Windows Host wit Power PC Target) * Systems engineering? * Operational system requirements definition?for airborne weapons platforms. * Display and control systems? for airborne weapons platforms. * Equipment interface techniques? for airborne weapons platforms. * Integrated avionic system definition and architecture. * Integration and testing of avionic systems in Navy aircraft and ship-based systems? * Avionic computer systems for Navy aircraft? * Hardware/software testing and quality assurance. * Avionic systems packaging. * E3 requirements for DOD and DON * TEMPEST requirements for NAVAIR * Security requirements for DOD, DON and NAVAIR? * Reliability, maintainability, and logistic systems used by DOD * Life cycle systems engineering for NAVY aircraft * Mission/OPS Analysis for Navy aircraft * Signal processing for under-water acoustic sensors, ESM, EO/IR and Radar * Tactical algorithm definition for aircraft navigation & weapons/stores deployment * Project specialist/aircrew qualified for Navy aircraft. All personnel performing work under this contract must be capable of obtaining a SECRET level security clearance upon notification that such clearance is required. A SECRET security clearance is required for all Key Personnel. The years experience required depends on the degree the proposed individual holds. Additionally a TOP SECRET facility clearance will be required for this effort. The Contract type is anticipated to be a Cost-Plus- Fixed- Fee Term, with an estimated total level of effort of 4,640,000 man-hours, 928,000 man-hours per year over a period of five years. These services shall be performed at the Naval Air Systems Command, Patuxent River, Maryland. The period of performance is comprised of one base year plus four option years with performance commencing approximately 01 May 2008. The following offers examples of labor categories. Key Labor Categories are as follows: Program Manager/Principle Engineer, Senior Engineer/Senior Systems, Engineer, Senior Computer Scientist, Security Clerk. The following are non-key personnel labor categories: Project Engineer/Systems Engineer, Project Leader, Computer Scientist, Engineer, Junior Engineer, Engineering Tech, Technical Expert, Test Engineer, Test Technician, Technical Publication Expert, Technical Training Expert, Financial & Program Analyst, Administrative Clerk, Operations Analyst, Draftsperson. The appropriate NAICS code is 541330, with a small business standard of $4.5 million. It is requested that interested small 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 ability to perform the services listed above. This documentation must address, as a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office location (s), DUNS number, and a statement regarding current small business status;(3)resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) a statement regarding capability to obtain the required industrial security clearances for personnel. The capability statement package shall be sent by mail to contracts, Code 251332, BLDG 441, NAVAIRSYSCOMHQ, 21983 Bundy Road, Unit 7, Patuxent River, MD 20670-1127 or by facsimile to 301-757-8959. Submissions must be received at the office sited no later than 4:00 p.m. Eastern Time on 05 September 2007. Questions or comments regarding this notice may be addressed at the following telephone number 301-757-8951 or via email at Janiece.Shall@navy.mil. All Internet responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact(POC) name, phone number, fax number, and e-mail address. The sources sought with the applicable labor categories and descriptions will be made available on the NAVAIR Home Page at http://www.navair.navy.mil/doing_business/open_solicitations/. Offerors who have requested a copy of the RFP will be notified via e-mail when it is released. All responsible sources may submit a proposal, which shall be considered by the agency.
 
Place of Performance
Address: Patuxent River, MD
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01380020-W 20070823/070822071206 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.