Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
SOURCES SOUGHT

R -- .11.3 Ship and Air Integrated Warfare (SAIW) Division. Support Service, Solicitation N00421-16-R-0049

Notice Date
2/2/2016
 
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
N00421-16-R-0049
 
Archive Date
3/4/2016
 
Point of Contact
Miriam Teresa Railey, Phone: 3017575991
 
E-Mail Address
miriam.railey@navy.mil
(miriam.railey@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Title: 4.11.3 Ship and Air Integrated Warfare (SAIW) Division. Support Service, Solicitation N00421-16-R-0049 The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. Any resultant solicitation will be released on the Federal Business Opportunities (FEDBIZOPPS) website at https://www.fbo.gov/ and at the NAVAIR homepage at https:www.navair.navy.mil/ under business opportunities, open solicitations. Prior to that, a pre-solicitation will be released on FEDBIZOPPS. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 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. INTRODUCTION The Naval Air Warfare Center - Aircraft Division (AIR-2.5.1.3) at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide technical, professional, and management support for the, Naval Air Warfare Center - Aircraft Division AIR-4.11.3 Ship and Air Integrated Warfare (SAIW) Division. Specifically, the services shall include but are not limited to contract management, technical, systems engineering, project management, organizational management, administrative, and hardware acquisition support. This requirement is a follow-on procurement to contract N00421-15-C-0030 which is currently being performed by Science Application International Corporation (SAIC) of McLean VA, 22102. The existing contract is Cost Plus Fixed Fee term type. This contract is due to expire 14 July 2017. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The Product Service Code (PSC) for this requirement is R425-Engineering and Technical Services; the North American Industry Classification System (NAICS) code is 541330 with a size standard of $38.5 million. All interested small businesses are encouraged to respond with a Capability Statement. PROGRAM BACKGROUND NAWCAD, SAIW Division at St. Inigoes is engaged in the design mission involves the design, development, integration, testing, evaluation, certification, maintenance, and logistics support of Naval electronic and communications equipment, subsystems and systems. The SAIW Division supports numerous Department of Defense (DoD) and other Federal agencies by performing various system engineering, design, development, integration, training, test and evaluation, installation, fielding, certification, maintenance, life cycle, software development, and logistics support of command & control (C2) and communications systems. SAIW Division's mission is to provide the technical support that is essential to meet the requirements for development, engineering and procurement support of mission systems for shipboard, airborne and ground-based & surface platforms. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a 5 year ordering period. The anticipated start date is 03 July 2017. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Reimbursable and Cost Plus Fixed Fee (CPFF) task orders. The estimated total Level of Effort is approximately 866,400 man-hours (based on 1,920 hours per year) over a period of five years. These services shall be performed on-site estimated 90% at Webster Field Annex, St. Inigoes, MD and off-site at the contractor's facility (estimated 10%) out of the contractor's facility. This requirement is 100% non-performance based. REQUIREMENTS See Attachment (1) Draft Statement of Work (SOW) Labor categories anticipated to execute the contemplated services are included the attached Draft SOW. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14 with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(a)(l) and HUBZone Small Businesses (FAR 52.219-3(d)(1). Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award. SUBMITTAL INFORMATION It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. 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 3.1 through 3.7.8 of the SOW Technical 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 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. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the entire period of performance. Provide a statement including current business size status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. 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. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The capability statement package shall be sent by email to miriam.railey@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 18 Feb 2016. Questions or comments regarding this notice may be addressed to Miriam Railey via email at miriam.railey@navy.mil. All 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-16-R-0049/listing.html)
 
Place of Performance
Address: Webster Field Annex, St. Inigoes, Maryland, 206, United States
 
Record
SN04007474-W 20160204/160202234652-f92839e6e34f7dcbd880a18a1cf9c048 (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.