Search Contract Opportunities

ALR-67(V), ALE-50B & ALR-69A Software Development Support

ID: N6893622R0042 • Type: Sources Sought • Match:  100%
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

INTRODUCTION

The Multi-Spectral Defensive Electronic Warfare System Support Activity (MDEWSSA) Integrated Product Team (IPT) located at Naval Air Warfare Center, Weapons Division (NAWCWD) Point Mugu, CA is seeking qualified vendors to provide software development and System Integrity (SI) of products support for the ALR-67(V), ALE-50B, and ALR-69A systems currently in the Navy's fleet on the FA-18A through F aircraft and on Foreign FA-18A-D, FA-18E/F, and MQ-25A aircraft and providing products and services for Foreign Military Sales (FMS).

This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond.

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.

BACKGROUND

This requirement is currently being performed under a Cost Plus Fixed Fee contract N6893618D0025 with Raytheon Company. Requests for additional information may be submitted via the Freedom of Information Act (FOIA) at http://foia.navair.navy.mil.

REQUIRED CAPABILITIES

This requirement is for the software development and System Integrity (SI) of products within the MDEWSSA IPT located at the NAWCWD, Point Mugu, CA and provide support for ALR-67(V), ALE-50B, and ALR-69A. Contractor shall be capable of meeting the requirements identified in Attachment 1 Statement of Work (SOW).

Estimated RFP release: March 2024

Estimated Award: June 2024

Period of Performance: Ordering period of Five Years

Estimated Total Level of Effort: 256,000 hours

Estimated Required Labor Categories: Program/Project Manager, Systems Engineer, Software Engineer, Test Engineer, Product Support Engineer, Electrical Engineer and Design Support Engineer

Place of Performance: Approximately 5% of work will be performed at the Government site and 95% of work will be performed at the Contractor site

ELIGIBILITY

The North American Industrial Classification System (NAICS) code for this requirement is 541330 with a small business size standard of $41.5 Million. The Product Service Code (PSC) is K016.

SUBMISSION DETAILS

Interested businesses should submit a brief capabilities statement package (no more than fifteen 8.5" x 11" pages in length, 12 point font minimum), demonstrating their ability to deliver the requirements described herein. This documentation should address, at a minimum, the following:

1. Title of the requirement for which you are submitting a capabilities statement package.

2. Company name, address, point of contact name, phone number, fax number, and email address.

3. Company profile to include office location(s), cage code, and DUNS number.

4. Company size in number of employees and if your company size is large or small according to the above listed NAICS and size standard.

5. If your company is a small business, specify if it is any of the following: Service-Disabled Veteran Owned Small Business (SDVOSM), HUBZone Small Business, 8(a) concern, Woman-Owned Small Business (WOSB), and Economically Disadvantaged Woman-Owned Small Business (EDWOSB).

6. Under a Small-Business Set-Aside, in accordance with FAR 52.219-14, Limitations on Subcontracting, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. In other words, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is a small business, provide an explanation of your company's ability to perform at least 50% of the required tasking.

7. Prior/current corporate experience performing efforts of similar size and scope within the last five 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 contract referenced relates to the requirement as described herein. Specific reference should be made to experience in the systems and processes described in Statement of Work.

8. Describe your resources available in terms of corporate management and currently employed personnel to be assigned to tasks under this effort, to include professional qualifications and specific experience of such personnel.

9. Describe your organization's management approach to staffing this effort with qualified personnel.

10. Describe your organization's ability or potential approach to meeting the technical and delivery requirements as specified herein.

11. Describe your organization's capacity or potential approach to achieving capacity for managing the magnitude of the requirements as specified herein.

12. Security requirements. If the contractor has a current contract with the Government, the capability statement should address if the contractor has a current DD254 and current Secret security clearance.

The capability statement package should be submitted by email to the Contract Specialist (CS), Shana Hwang at shana.m.hwang.civ@us.navy.mil by no later than 12:00 PM PST on 15 July 2022. Questions or comments regarding this notice may be addressed by email to the CS. Information and materials submitted in response to this synopsis WILL NOT be returned. Classified material SHOULD NOT be submitted.

Overview

Response Deadline
Jan. 26, 2024, 3:00 p.m. EST Past Due
Posted
Jan. 12, 2024, 12:45 p.m. EST
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Odds of Award
82%
On 1/12/24 Naval Air Warfare Centers issued Sources Sought N6893622R0042 for ALR-67(V), ALE-50B & ALR-69A Software Development Support due 1/26/24. The opportunity was issued full & open with NAICS 541330 and PSC K016.
Primary Contact
Name
Joel Blaine Ashworth   Profile
Phone
(760) 447-2157

Secondary Contact

Name
Daryl Magdangal   Profile
Phone
(760) 608-2715

Documents

Posted documents for Sources Sought N6893622R0042

Question & Answer

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

Incumbent or Similar Awards

Contracts Similar to Sources Sought N6893622R0042

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6893622R0042

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6893622R0042

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC WD > NAVAL AIR WARFARE CENTER
FPDS Organization Code
1700-N68936
Source Organization Code
100076489
Last Updated
Feb. 29, 2024
Last Updated By
daniel.cooley1@navy.mil
Archive Date
Feb. 29, 2024