Search Contract Opportunities

AIR-4.11, N00421-18-R-0017 Lifetime Support Engineering supporting AD-4.11.3   3

ID: N00421-18-R-0017 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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), AIR-2.5.1.3 at Patuxent River, MD announces its intention to procure, on a competitive basis, Engineering and Technical Services to support Lifetime Support Engineering (LSE) and In-Service Engineering (ISE) for Radio Communication System (RCS) / Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance and Reconnaissance (C5ISR) systems aboard U.S. Navy ships and at associated shore facilities. The scope includes efforts to maintain combat readiness through engineering and management of design changes, installations, upgrades, Ship Alterations (SHIPALTs), and related efforts to the RCS/C5ISR systems throughout the life cycle of CG 47 and DDG 51 Class AEGIS ships. The scope is not limited to AEGIS combatants, and the Contractor must be knowledgeable of RCS/C5ISR systems installed on other U.S. Navy surface ships and submarines as well as those under development or planned for installation aboard new platforms. Further detail is provided in the Draft Statement of Work (SOW) attached to this synopsis (Attachment 1). This is a follow-on contract. This requirement is currently being performed under a Seaport-E Multiple Award Contract Task Order, N00178-04-D-4018-M809, with a base and four options, awarded to BAE Systems Technology Solutions, & Services, Inc. The Government anticipates and estimates a contract award for this procurement to occur in Fiscal Year 19 Quarter 2.

ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SEND IN A CAPABILITY STATEMENT.

PROGRAM BACKGROUND

The Ship & Air Integrated Warfare (SAIW) Division, Naval Air Warfare Center Aircraft Division (NAWCAD) 4.11.3, located in St. Inigoes, Maryland, is tasked by Naval Sea Systems Command (NAVSEA) Program Executive Office (PEO) SHIPS and PEO Integrated Warfare Systems (IWS) to provide engineering and technical efforts to support the production, Lifetime Support Engineering (LSE) and In-Service Engineering (ISE) for Radio Communication System (RCS)/Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems aboard U.S. Navy surface combatants and at associated shore sites. The shipboard efforts are focused primarily on Coast Guard (CG) 47 Class and Destroyer, Guided Missile (DDG) 51 Class AEGIS ships but will be applied to all U.S. Navy ships, to include Coast Guard ships, subsurface vessels and non-combatants.
REQUIREMENTS
See Attachment 1, Draft SOW and Attachment 2, Draft Hours. If your company has any questions about the SOW, or any areas that may need further explanation, please also identify those in the response.
The labor categories anticipated to execute the contemplated effort are included in Attachment 1.
Since the resultant contract will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon contract award.

All potential offerors must either have or be able to obtain a TOP SECRET facility clearance. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a "Top Secret" Facility Clearance and a "Top Secret" Safeguarding Clearance.

ELIGIBILITY

The applicable NAICS Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $38.5 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) for this effort will be K058 - Modification of Equipment- Communication, Detection, and Coherent Radiation Equipment.

PLACE OF PERFORMANCE

Location

% On-Site Government

% Off-Site

Contractor

St. Inigoes, MD

5%

95%


ANTICIPATED PERIOD OF PERFORMANCE

It is anticipated that the resultant contract will have a 5 year ordering period.

ANTICIPATED CONTRACT TYPE

This requirement is anticipated to have Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) labor and cost reimbursable Other Direct Cost (ODCs) for travel and material.

SUBMITTAL INFORMATION

It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the effort listed in the attached SOW. This documentation must address, at a minimum, the following:

  1. Title of the SOW to which you are applying;
  2. Company profile to include number of employees, annual revenue history, office location(s), CAGE code, DUNS number, and a statement regarding current small/large business status;
  3. 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;
  4. If 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
  5. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified;
  6. Management approach to staffing this effort with qualified personnel;
  7. Statement regarding capability to obtain the required industrial security clearances for personnel;
  8. Company's ability to meet the requirements in the Facility and Safeguarding requirements.
  9. Company's ability to begin performance upon contract award;
  10. Details of the company's ability to manage a task of this nature;
  11. Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements.
  12. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein.
  13. 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 3.3.1 - 3.3.3 of the draft 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.

The capability statement package shall be sent by email to kara.ridgell1@navy.mil and amy.g.davis@navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on 30 November 2017. Questions or comments regarding this notice may be addressed to Kara Ridgell and Amy Davis via email at kara.ridgell1@navy.mil and amy.g.davis@navy.mil.
All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.

Overview

Response Deadline
Nov. 30, 2017, 12:00 p.m. EST Past Due
Posted
Nov. 15, 2017, 9:57 a.m. EST
Set Aside
None
Place of Performance
SAINT INIGOES, MD 20684 USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Odds of Award
42%
On 11/15/17 NAWC Aircraft Division issued Sources Sought N00421-18-R-0017 for AIR-4.11, N00421-18-R-0017 Lifetime Support Engineering supporting AD-4.11.3 due 11/30/17. The opportunity was issued full & open with NAICS 541330 and PSC J.
Primary Contact
Title
None
Name
Kara Marie Ridgell   Profile
Phone
(301) 757-0841
Fax
None

Secondary Contact

Title
Contract Specialist
Name
Amy G Davis   Profile
Phone
(301) 757-2618
Fax
(301) 757-6516

Documents

Posted documents for Sources Sought N00421-18-R-0017

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N00421-18-R-0017

Award Notifications

Agency published notification of awards for Sources Sought N00421-18-R-0017

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N00421-18-R-0017

Contract Awards

Prime contracts awarded through Sources Sought N00421-18-R-0017

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00421-18-R-0017

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00421-18-R-0017

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
Dec. 15, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 15, 2017