The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) is tasked by the Naval Air Systems Command (NAVAIR) to provide engineering, technical, administrative and programmatic support for total Life Cycle Management of the various aircrew escape systems managed under the Joint Program Office (JPO) for Cartridge Actuated Device/Propellant Actuated Device (CAD/PAD) Tri-Service Charter. The multiple types of mission assignments within the Office require on-going engineering, technical, administrative and program management support to ensure the latest state-of-the-art technologies required are available to complement the requirements and responsibilities of this Office. The task areas of support are as follows: TASK 1- Development, Product Improvement and Prototyping Support; and Qualification and Product Support. TASK 2- Ordnance Assessment and Quality Evaluation Support; and TASK 3- Technical Consulting Support.
The government intends to award five years Sole Source Firm Fixed Price, Indefinite Delivery IndefiniteQuantity contracts. This contract type will promote the maximum stability for this program by proving a continuous service cycle for the Government to provide the level of Life-Cycle Management support for all CAD/PAD Program products and services required by the Tri Services and Foreign Military forces of the 21st Century; contractor engineering support services are required to augment the in-house capabilities of the JPO and Tri-Service CAD/PAD Division. Awards shall be made to Contractors in the three identified task areas above depending on their capabilities and expertise. The government reserves the right to make more than one award for each task and compete Task Orders to specialized CAD/PAD vendors.
Based on an approved Class J&A FY19-MAR11-80, only the vendors listed in the table below will be receiving awards at this time.
CAD/PAD Industrial Contractors
Advanced Technology and Research Corporation, 6650 Eli Whitney Dr, Suite 400, Columbia, MD 21046
Ametek Ameron, LLC, 4750 Littlejohn St, Baldwin Park, CA 91706
AMTEC Corp (dba Tech Ord), 47600 180th St, Clear Lake, SD 57226
Argent Energetics Technology LLC, 5553 Avenida Florencia, Ayorba Linda, CA 92887
Austin Star Detonator Co, 901 Cantu Rd, Brownsville, TX 78521
Carleton Technologies, Inc. 10 Cobham Drive, Orchard Park, NY 14127
Cartridge Actuated Devices Inc, 40 Old Indian Spring Rd, Andover, NJ 07821
Cobham Defense Products, Inc, 10 Cobham Dr, Orchard Park, NY 14127
Chemring Energetic Devices, Inc. 2525 Curtiss St, Downers Grove, IL 60515
Collins Aerospace dba UTC Aerospace Systems, 3530 Branscombe Rd, Fairfield, CA 94533
Culmen International, 99 Canal Center Plaza Suite 410, Alexandria, VA 22304-1559
EaglePicher Technologies, 1216 West C Street, Joplin, MO 64801
Eastern Research Group, 110 Hartwell Ave, Suite 1, Lexington, MA 02421
EHS Technologies Corp, 1221 N Church St, Suite 206, Moorestown, NJ 08057
Ensign-Bickford Aerospace & Defense Co, 14370 White Sage Rd, Moorpark, CA 93021
Exodynamics Technology Inc, 15441 S 28TH St, Phoenix, AZ 85048
Garcia Information Systems Corp, 4475 Regency PL Suite 206, White Plains, MD 20695
General Dynamics, 11714 North Creek Pkwy Ste 200, Bothell, WA 98011
Innovative Material & Processes, LLC. 8420 Blackbird Ct, Rapid City, SD 57702
Martin Baker Aircraft Co Ltd, Lower Rd, Oxbridge, United Kingdom UB95AJ
Nammo Talley, 4051 N Higley Rd, Mesa, AZ 85215
Networks Electronic Co, 9750 De Soto Ave, Chatsworth, CA 91301
Pacific Scientific Energetic Materials, 3601 Union Rd, Hollister, CA 95023
Pacific Scientific Energetics Materials Company, 7073 W Willis Rd STE 5002, Chandler AZ 85226
Port Tobacco Consulting, Inc. 113 Howard St, Suite 302, LA Plata, MD 20646
Roberts Research Laboratory, 23150 Kashiwa Ct, Torrance, CA 90505
Science Applications International Corporation (SAIC), 113 Howard St, Suite 201, La Plata, MD 20646
Stratus Systems, Inc., 7550 Highway 23, Belle Chasse, LA
Systima Technologies, Inc., 10809 120th Ave NE, Kirkland, WA 98033
Task Aerospace, Inc. 849 E Frontier St, Apache Junction, AZ 85119
The Government has no plans at this time to compete future contracts for the types of services under the identified Tasking Areas. If other potential sources emerge, the Government will assess whether the addition of those source for future requirements is feasible by using the "Ramp-on" process. As on ramps are implemented, new sources may be awarded new contracts in one or more task areas. The Government will determine if it is in Government's best interest to "ramp-on" and reopen the original IDIQ to conduct an evaluation process that may result in the addition of new contractors. The Government reserves the right to reopen IDIQ for awardees in any of the task areas at any time during the term of this acquisition. In the event an on-ramp procedure is used, the Government will advertise the reopening of the IDIQ on www.fbo.gov, and awardees shall meet the CAD/PAD technical criteria established in the advertise. The Government will conduct a technical evaluation that may result in the additional of new contractors. The anticipated number of awards for any task area will be announced in the reopening announcement posted on and www.fbo.gov. Any new awardees will be added to the pool with the remaining contractors in their applicable task areas for task order(s). The period of performance for new awardees will not extend beyond the terms specified from the initial IDIQ contract(s) that were awarded based on the initial solicitation.
The NAICS Code is 541330 with a size standard of $38,500.000. The FSC Code is R425.
Paper copies of the solicitation, amendments, drawings and maps will be provided to only the identified vendors above. Once the RFP has been sent, all technical/contractual questions must be submitted in writing to: amy.anokye@navy.mil. In the email, please clearly indicate your company name, section and paragraph number of the RFP or specification as applicable.
IMPORTANT NOTICE: Previously, offerors were required to register in the Central Contractor Registration (CCR) database and have an active registration in CCR prior to completing their Reps and Certs (Section K of the RFP) in the Online Representations and Certifications Application (ORCA) prior to award of a contract. Offerors are now required to complete their registration in the System for Award Management (SAM) database via the website https://www.sam.gov. If an offeror previously had an active CCR/ORCA account, the offerors' information has automatically been incorporated into the SAM database. Offerors are strongly encouraged to review their information in SAM to be current and up to date.
Failure to register in SAM makes an offeror ineligible for award of Department of Defense contracts.