Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOURCES SOUGHT

58 -- Combat Environment Simulation Follow-on - T4S, AEWTTR, CEIS - Sources Sought

Notice Date
9/18/2014
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 429 E. Bowen Rd - Stop 4015, China Lake, California, 93555-6100, United States
 
ZIP Code
93555-6100
 
Solicitation Number
N6893614R0166
 
Archive Date
10/8/2015
 
Point of Contact
Erin K Strand, Phone: (760) 939-7309, Mary K Jacobs, Phone: (760) 939-6043
 
E-Mail Address
erin.strand@navy.mil, mary.jacobs@navy.mil
(erin.strand@navy.mil, mary.jacobs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
14-R-0166 Section B CLIN's 14-R-0166 SOW The objective of the Combat Environment Simulation Systems (CESS) Branch at the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, California, is the research, development, delivery, sustainment, and upgrade of threat systems and associated software used for pre-deployment aircrew warfighter training and weapons systems test and evaluation (T&E) at Department of Defense (DOD) Allied training and T&E Ranges. This synopsis includes the first of three Statements of Work (SOWs) that will be posted for the Combat Environment Simulation (CES) follow-on requirements at NAWCWPNS. The follow-on will entail three separate competitions to fulfill the requirements being met under the current Multiple Award Contract (MAC). The first competition will be T&E/Training Threat/Target Systems (T4S), which will provide warfighter training and debriefing systems; the second will be the Aircrew Electronic Warfare Tactical Training Range (AEWTTR), which will provide ground Electronic Warfare (EW) and Surface-to-Air (SA) weapons threats; and the third will be the Combat Environment Instrumentation Systems (CEIS), which will provide time-space-position information (TSPI) instrumentation and unmanned threats and targets. This synopsis provides notice that there will be follow-on communications regarding these competitions and solicits industry feedback on the proposed acquisition approach and draft documents for the T4S procurement. The Government is committed to and interested in meaningful dialogue that will encourage and maximize competition for these procurements. While the documents currently being released under this synopsis are specifically for T4S, companies interested in AEWTTR and CEIS are also encouraged to provide feedback as the acquisition approach for these two procurements will be similar to the approach being considered for T4S. Companies should also note that the acquisition approach being considered for the follow-on procurements is significantly different than previously used to award the current MAC. The following is the acquisition approach being considered for the T4S procurement. The requirement will be solicited as predominantly Supply/Product with some ancillary Services. The current contract is Research and Development (R&D) Services. Over time the ratio of hardware and software to Services has increased and is currently about 60-70% Supply. The requirement will be solicited as a Single Award versus the MAC that applies to the current contract. It is the Government's intent to increase competition at contract award with this change as opposed to the limited competition being experienced currently at the task order level. The requirement will be solicited as Cost Plus Fixed Fee with some Firm Fixed Price line items. The current contract does not include any Firm Fixed Price line items. It is the Government's intent to fix price as many line items at the contract level as can be identified. The Government is considering using Scenario Based Pricing. This technique would be used to analyze offerors proposed prices/costs and would entail pricing a sample task or two that would be representative of the work to be performed under this requirement. The scenario(s) provided in the competitive solicitation would fully define, in a SOW or specification, a representative service and/or product that may be ordered under the resultant contract. The offeror would then provide a price or cost proposal for the scenario and the Government would evaluate the proposal for cost realism (for cost plus efforts) and price reasonableness for firm fixed price efforts. The sample order(s) may become the first order(s) after award of the contract. Attached to this synopsis for comment and input are the DRAFT SOW and Contract Line Item Number (CLIN) Structure. Other DRAFT documents relating to T4S are forthcoming: A description of the composition of the work both known and unknown; sample tasks; listing of projects/systems/subsystems to be supported; wiring diagrams that are representative of current infrastructure and common equipment used on the Ranges to be supported; and the AEWTTR and CEIS SOWs. (NOTE: CEIS is planned to be a MAC.). The Government will host one-on-one meetings either by phone or in person the week of 9/22/14. Meetings will be 1 hour in length on a first-come basis. (While companies can provide a company brief, these meetings will not be a time to market the company.) The Government is particularly interested in meaningful feedback on the following: 1) procurement being a Supply versus R&D Services - are there products that can be fully defined at the contract level and broken out by the CLIN; 2) Single Award versus MAC - can true competition occur under a MAC given the need to integrate systems, and the labor/skills mix and possible investment in tooling needed; 3) CLIN structure and pricing of Firm Fixed Price line items at the contract level - are there products that can be fixed priced at the contract level, is there a better way to break out items by the CLIN that can be priced; 4) the SOW and whether it is sufficiently descriptive of the products and services being procured (Note: SOW Section 2.0, Applicable Documents, cannot be changed so do not spend time on it); 5) method of price/cost evaluation (i.e., Scenario Based or other proposed option). Companies are encouraged to also email questions or comments. The point of contact is Erin Strand, Contract Specialist, at 760-939-7309 or erin.strand@navy.mil. Email is better.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893614R0166/listing.html)
 
Record
SN03517784-W 20140920/140918235420-87e4288c1ae7f47ee4452e8336bbcb17 (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.