Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOURCES SOUGHT

A -- JPALS SHIPBOARD INTEGRATION - Package #1

Notice Date
1/18/2017
 
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 Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-17-R-0023
 
Archive Date
2/17/2017
 
Point of Contact
Jonathan C Igwebueze, Phone: 3017571035, Cindy A Wilson, Phone: (301)757-1128
 
E-Mail Address
jonathan.igwebueze2@navy.mil, cindy.wilson@navy.mil
(jonathan.igwebueze2@navy.mil, cindy.wilson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Labor category DRAFT CDRLs Draft Performance based work statement This is SOURCES SOUGHT is a TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide one or more of the services required to support the systems cited in the PWS paragraph 3 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 Air Traffic Control (ATC) Systems Division, Naval Air Warfare Center, Aircraft Division (NAWCAD) Patuxent River Code 4.11.7, located at St. Inigoes, MD is the In-Service Engineering Agent (ISEA) and Software Support Activity (SSA) for Air Traffic Control and Landing Systems (ATC&LS). The ATC Division provides systems engineering support to developmental programs such as the Joint Precision Approach and Landing System (JPALS), Navy Unmanned Combat Air System (N-UCAS) and various unmanned programs. The JPALS program is developing the next generation air traffic control and landing system. Satisfactory performance of the system will depend on both aircraft and shipboard algorithms that can adequately integrate Global Positioning System (GPS) and inertial sensor outputs through a robust data link. This is a re-compete of a Multiple Award Contract (MAC) issued under solicitation N00421-10-R-1063. The follow-on contract is anticipated to be a competitively awarded MAC contract with a five year ordering period. Place of Performance: Contractor Site (80%), Government Site (20% Webster Field, St. Inigoes, MD). REQUIRED CAPABILITIES A draft Performance Work Statement (PWS), draft CDRLS, draft Personnel Qualifications Description, and anticipated labor categories are attached for review. ADDITIONAL INFORMATION A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance and "Secret" safeguarding of classified information under this contract. The contract type is anticipated to be MAC CPFF Type with the LOE estimated 2,091,880 man-hours for the seven year ordering period. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. ELIGIBILITY The applicable NAICS Code for this requirement is 334511 with a Small Business Size standard of $38.5 Million. The Product/Service Code (PSC) for this effort is AC65. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of this cost-type contract. SUBMISSION DETAILS 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 12 pitch. Interested businesses should submit a brief capabilities statement package that shall 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 similar requirement? This should include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft PWS. 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 outlined in the draft PWS? 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 PWS for the base period as well as the option periods. 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, CAGE code, etc. 7.) Respondents to this notice also must indicate whether they qualify as 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 Facility and Safeguarding requirements outlined above. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications and ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). To assist the Government in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. Your response to this Sources Sought shall be electronically submitted to Jonathan Igwebueze in either Microsoft Word or Portable Document Format (PDF) via email at jonathan.igwebueze2@navy.mil and cindy.wilson@navy.mil The deadline for response to this request is 02 Feb, 2017, 2 pm (1400) Eastern Standard Time. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. No phone calls will be accepted. Questions may be submitted via email to jonathan.igwebueze2@navy.mil and cindy.wilson@navy.mil. 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/N00421-17-R-0023/listing.html)
 
Place of Performance
Address: NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION, Webster Field Annex, St Inigoes, Maryland, 20654, United States
Zip Code: 20654
 
Record
SN04373741-W 20170120/170118234135-63769a48901bef895ea716f954395532 (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.