Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOURCES SOUGHT

R -- AQS-18A Sonar Dipping Systems Support Services - Statement of Work

Notice Date
7/14/2015
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-15-R-0084
 
Archive Date
8/14/2015
 
Point of Contact
Helen Choo, Phone: 3017579056, David S. Silverstone, Phone: 3017572528
 
E-Mail Address
helen.choo@navy.mil, david.silverstone@navy.mil
(helen.choo@navy.mil, david.silverstone@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for Sources Sought INTRODUCTION The Naval Air Warfare Center Aircraft Division, Contracts Department (AIR 2.5.1.13), Patuxent River, MD is seeking information for potential sources regarding industry service support for engineering, logistics, and technical services for the Egyptian Air Force, AQS-18A Sonar Dipping Systems to support the obsolescence issues relating to the system and subsystems. All Small Business Set-Aside categories will be considered and it will be used for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to appropriate technical data, and knowledge required to support the above requirement. PLACE OF PERFORMANCE Sylmar, California 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." PROGRAM BACKGROUND The Egyptian Air Force (EAF) currently has 10 SH-2G(E) aircraft that are configured with the AQS-18A sonar dipping system. Currently this system has obsolescence problems of system and it subsystems. This effort will recommend, procure and repair the sonar dipping system with upgrades to ensure supportability of the AQS-18A sonar. The AQS-18A is a mid-frequency helicopter dipping sonar system designed for active, long-range search, localization and attack of submarines in both shallow and deep water environments. The dipping sonar detects and maintains contact with underwater targets through a transducer lowered into the water from a hovering helicopter. Active echo-ranging determines the bearing, range and opening or closing rate of the target relative to the position of the helicopter. The lightweight AQS-18A dipping sonar features long pulses, high source levels, FM capability, 16-beam signal processing, and a 20-nautical mile coverage range. The AQS-18A system is fully compatible with MIL-STD-1553B databus architectures to facilitate integration with aircraft subsystems and components. Interfaces are also provided to accept input data and provide graphic and data outputs to a sonic data recorder, as well as video for sensor data display. The AQS-18A wet end consists of a small, high-density transducer assembly, a 440-meter cable and compatible reeling machine and dome control. The dry end consists of the sonar interface unit, cable interface power supply and sonar control unit. The dipping sonar interface unit has powerful signal processing algorithms specifically designed for increased pulse lengths and spare processing space for additional processing features, such as computer-aided detection and classification, multi-sensor target fusion, embedded training and performance prediction (based on environmental data collected during past or current missions). The dipping sonar control unit provides simple interface menus for operator command and control of the sonar system. REQUIRED CAPABILITIES This is a Request for Information (RFI), will provide for engineering analysis, engineering change proposals, engineering studies, obsolescence analysis reports, logistics requirements, supportability requirements and analysis in the out years and program management for the AQS-18A. These studies and analysis will be for the entire dipping sonar system including dry and wet components. SPECIAL REQUIREMENTS Compliance with the following regulations and instructions will be required: • SH-2G(E) Maintenance Manuals, A1-H2GAE-710-000 AND A1-H2GAE-710-400 • Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.239-7016, • NAVAIRINST 13034.1D - NAVAIR Instruct "Flight Clearance Policy for Air Vehicles and Aircraft Systems" REQUIRED CAPABILITIES A draft Statement of Work (SOW) is attached for review. The government anticipates a period of performance of 2 years. The contract type is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Cost plus Fixed Fee (CPFF), and Cost Reimbursement. The labor portion will be CPFF and the ODCs will be Cost Reimbursement. The estimated total level of effort is approximately 2,880 man-hours, or 1.5 full-time equivalents (FTEs), per year. The estimated period of performance consists of a base year and 2 year options with performance commencing in July 2016. Specifics regarding the number of option periods will be provided in the solicitation. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification will apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Top Secret" Facility Clearance and "Top Secret" Safeguarding capability. ELIGIBILITY The North American Industry Classification System (NAICS) Code utilized for this acquisition is 541330 with a Small Business Size of $35 Million. The Product Service Code (PSC) is R425. Attached to this notice is a draft Statement of Work (SOW) for potential offerors to review and provide comments to the Government as part of the Sources Sought response. Interested parties are requested to submit a capabilities statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in draft SOW. Capability statements shall also address the following questions: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can or has your company managed a task of this nature? If so, please provide details. 3. Can your company or has your company managed a team of subcontractors before? 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 its capability to accomplish the tasking identified in the SOW. If the company finds itself not capable of performing 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 subcontractors, 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. 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. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business's General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(1)(i) and HUBZone Small Businesses (FAR 52.219-3(d)(1). Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number and CAGE code. 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. 8. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9. Based on review of the Draft SOW, include in your response your ability to meet the requirements listed in the Special Requirement section. Upon evaluation of the capability 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. 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. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CABILITIES STATEMENT) All questions must be submitted via the Email. 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. Interested businesses shall submit responses electronically to the Contract Specialist, Helen Choo, in Microsoft Word or Portable Document Format (PDF) at helen.choo@navy.mil no later than 2:00 PM Eastern Standard Time on Thursday, July 30, 2015. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. ***No phone calls will be accepted. ****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0084/listing.html)
 
Place of Performance
Address: Sylmar, California, United States
 
Record
SN03796179-W 20150716/150714235400-5afa3abf3056fc67ce6e381388a25e65 (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.