Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOURCES SOUGHT

J -- 4.11 Special Communications Mission Solutions (SCMS) Deployed Mission Support, Solicitation - Statement of Work

Notice Date
7/12/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-16-R-0073
 
Archive Date
8/11/2016
 
Point of Contact
Tiffany L. Crayle, Phone: 3017571534
 
E-Mail Address
tiffany.crayle@navy.mil
(tiffany.crayle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work & Labor Categories 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 (NAWCAD) Contracts Department (AIR 2.5.1.3), Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide operations and maintenance support for deployed mission support Outside Continental United States (OCONUS) fielded Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance and Reconnaissance (C5ISR) systems for the NAWCAD, St. Inigoes, Special Communications Mission Solutions (SCMS) Division. 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 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 Applicable North American Industry Classification System (NAICS) Code for this requirement is 541330 with a size standard of $38.5 million. The primary Product Service Code (PSC) for this effort is J058 - Maintenance, Repair, and Rebuilding of Equipment - Communication, Detection, and Coherent Radiation Equipment. All interested small businesses are encouraged to respond with a capabilities statement. PROGRAM BACKGROUND The Naval Air Warfare Center Aircraft Division (NAWCAD) Special Communications Mission Solutions (SCMS) Division, located at St. Inigoes, MD, integrates, delivers, and sustains products for C5ISR systems. SCMS has technical authority over a number of C5ISR capabilities, including operation and maintenance support Outside Continental United States (OCONUS) to forward deployed mission support fielded systems. Anticipated, but not limited to, OCONUS locations are Central Command (CENTCOM) and Africa Command (AFRICOM) area of responsibility (AOR). To complete these systems, the SCMS Division maintains subject matter expertise in a broad range of technical and programmatic disciplines. The designated Government Project Lead (GPL) will be responsible for all Project Management and Systems Engineering aspects of the project and selects and leads the Integrated Project Team (IPT) for project completion. The GPL will utilize this contract to obtain the OCONUS deployed mission specific technical expertise and deliverables needed to complete each assigned project. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a 5 year ordering period. The anticipated start date is February 2018. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be a Cost Reimbursable and Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated total Level of Effort of approximately 787,200 man-hours (based on 1 Full Time Equivalent of 1,920 hours per year) over a period of five years. These services shall be performed off-site (approximately 5%) at the contractor's facility. Additionally, OCONUS and CONUS travel (approximately 95%) to other locations specified in the Draft Statement of Work (SOW), Attachment 1, will be required to perform new system installs and repair and/or upgrade of existing fielded systems. The Government anticipates the following CLIN structure for the IDIQ contract award: 0110 Labor Term (CPFF) 0120 ODC (Cost) 0130 Data (NSP) The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. REQUIREMENTS Please see the attached draft Statement of Work (SOW) for specific requirements. The tasking associated with this effort is considered non-performance based (term or Level of Effort (LOE)) tasking. Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardee will also be required to have a Government approved accounting system upon contract award. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification shall apply to this requirement, and the prime contractor shall have or demonstrate the ability to obtain a "Top Secret" Facility Clearance and "Top Secret" Safeguarding. Please include in your response your ability to meet the Facility and Safeguarding requirements. SUBMITTAL INFORMATION The attached draft SOW includes the NAVAIR Standard Labor Category Personnel Qualifications for review. Feedback from industry is being sought on the SOW, the NAVAIR Standard Labor Category Personnel Qualifications, and suggestions/recommendations on CLIN structure for the basic contract award. Industry is also being solicited to suggest performance metrics related to each SOW task area. In addition to providing comments on the SOW, Personnel Qualifications, CLIN Structure, and Performance Metrics, interested businesses are requested to submit a capabilities statement of no more than 20 pages in length in Times New Roman font of not less than 12 point font. 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? If you are a small business, 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 option periods. Provide a statement including current small/large business 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 are a large business or qualify as a Small, Small Disadvantaged, 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. Your response to this Sources Sought, including capability statement packages, shall be electronically submitted via email to the Contract Specialist, Tiffany Crayle at tiffany.crayle@navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 04:00 p.m. Eastern Standard Time on 27 July 2016. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-16-R-0073/listing.html)
 
Record
SN04179531-W 20160714/160712235101-5c74dabbceb4719db1efb9132832c8a8 (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.