Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
MODIFICATION

A -- Telecommunication and Related Communication-Electronic Systems (TARCES)

Notice Date
7/23/2014
 
Notice Type
Modification/Amendment
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
TARCES--TBD
 
Archive Date
5/30/2014
 
Point of Contact
Kevin Ritter, Phone: 3017377571
 
E-Mail Address
kevin.ritter@navy.mil
(kevin.ritter@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department (AIR 2.5.1.3), Patuxent River, MD is posting this sources sought to determine if this requirement will be a full and open competition or a set-aside for engineering and logistics support to NAWCAD Special Communications Requirements (SCR) Division (4.5.11), for Telecommunications and Related Communication-Electronic Systems (TARCES) projects including legacy, current and next generation TARCES requirements and the design, development, integration, test and evaluation, and fielding of those systems, subsystems and components. The contractor shall support NAWCAD Patuxent River, St. Inigoes, MD, in the research and development of operational TARCES projects. This shall include research, design, engineering, development, analysis, prototyping, fabrication, integration, installation, test and evaluation, training, and logistic support of telecommunications systems, subsystems, and components. The resulting systems shall be employed within user locations or platforms including shipboard, shore-based (fixed, transportable and ground mobile), airborne, and handheld. NAWCAD will host an industry day providing a tour of the systems that will be covered under this effort at Webster Field, St. Inigoes on 5 March 2014 (see additional information below). ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SEND IN A CAPABILITIES STATEMENT. The attached draft statement of work provides additional information about the required tasking. It is requested that, in its response to the Sources Sought, the company explain how it will accomplish the work specified under the paragraphs listed in the SOW 3.0 Technical Requirements. If the company will be teaming with a subcontractor, please include information regarding which work the subcontractor will be responsible for and how that subcontractor is capable of accomplishing the work. Also, if the company has any questions about the structure of the statement of work, please also identify those in the response. Since the resultant award will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon award. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. Furthermore, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a Solicitation. This sources sought will also be utilized to identify that adequate competition exists among large businesses if this is not a Small Business Set-Aside. PLACE OF PERFORMANCE Location: St. Inigoes, MD % On-Site Government: 20% % Off-Site Contractor: 80% 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 MAKE AN AWARD 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 Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, St. Inigoes, SCR Division provides Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) capabilities and solutions to a broad range of customers. As the Lead Systems Integrator (LSI) for critical communication systems engineering projects, SCR Division provides specialized solutions to best support customers' specific needs, who are often responding to shortfalls in National Security and critical capabilities gaps requiring immediate fielding of new or improved solutions. Customer driven system requirements are often fluid and require an elevated level of interoperability. The purpose of this acquisition is to provide services and supplies to the SCR Division to support a subset of Telecommunication and Related Communications Electronics (C-E) systems (TARCES) projects including legacy, current and next generation TARCES requirements and the design, development, integration, test and evaluation, and fielding of those systems, subsystems and components. This requirement is a follow-on procurement to task order N00178-05-D-4563-M803 currently being performed by Smartronix, Inc. of Hollywood, Maryland. The existing task order is a Cost Plus Fixed Fee (CPFF) effort. This task order is due to expire 29 April 2015. REQUIRED CAPABILITIES The contractor shall provide engineering products and technical services supporting the SCR Division (4.5.11), in support of the areas specified in the Program Background above. Further detail is provided in the draft Statement of Work (SOW) attached to this announcement (Attachment 1). A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a "Top Secret" Facility Clearance and a "Secret" Safeguarding Clearance. ELIGIBILITY The applicable NAICS Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $35.5 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 for this effort is AC65 Research and Development - Defense System: Electronics/Communication Equipment (Operational Systems Development). ADDITIONAL INFORMATION AND SUBMISSION DETAILS (INDUSTRY DAY) NAWCAD, SCR Division, intends to hold an industry day at Webster Field, St. Inigoes, on 5 March 2014. The site visit will start at 1 p.m. Eastern Standard Time (EST). This scheduled industry day will enable potential Offerors to further understand the history behind the TARCES requirement as well as tour certain labs of specific interest to the SCR Division for the intended requirement. The results of this Industry Day will be utilized to determine the Government's acquisition strategy. Attendance at the industry day is not a requirement and in no way affects any company's submittal of a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation. To register for this industry day, send an email to Jessica L. Guy, at jessica.l.guy@navy.mil, by noon EST on 26 February 2014. The email must provide the business name, address, attendee name(s), a point of contact phone number and email address, and a completed Contract Base Access Request Form (Attachment 2) if needed. The subject line of the email should read "TARCES Industry Day". Specifics, including directions, agenda, question forms, and ground rules will be provided by email upon approved registration. Due to space limitations, no more than two (2) representatives from each potential Offeror will be permitted to attend the site visit. All attendees must be U.S. Citizens. This industry day WILL NOT be rescheduled in the case that it is cancelled due to weather or any other Acts of God. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft SOW (Attachment 1), Base Access Request (Attachment 2), draft Minimum Personnel Qualifications (Attachment 3), and Draft Level of Effort (LOE) (Attachment 4) are attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or a similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain how it will accomplish the work specified under the paragraphs listed in the SOW 3.0 Technical Requirements. If the company will be teaming with a subcontractor, please include information regarding which work the subcontractor will be responsible for and how that subcontractor is capable of accomplishing the work. Also, if the company has any questions about the structure of the SOW, please also identify those in the response. 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the four option periods. 6.) Provide a statement including current small/large business status for NAICS Code 541330 and company profile to include number of employees, annual revenue history, office locations and a DUNs number. 7.) Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern for NAICS Code 541330. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a base year and four one-year options with performance commencing in May 2015. The contract/task order type is anticipated to be Cost Plus Fixed Fee The Level of Effort for five years is estimated at 981,600 man-hours. The proposed acquisition is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. Upon evaluation of the capabilities statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Jessica L. Guy, in either Microsoft Word or Portable Document Format (PDF), via email at jessica.l.guy@navy.mil. The deadline for capability statement submission is 2 p.m., EST, 20 March 2014. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted via email to Kevin Ritter at kevin.ritter@navy.mil with the subject line "TARCES Sources Sought Question". The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/TARCES--TBD/listing.html)
 
Place of Performance
Address: St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN03435628-W 20140725/140724000220-1f9714d7a9d1b403eb6d5c6c727a0af6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.