Search Contract Opportunities

ENGINEERING AND TECHNICAL SERVICES   2

ID: N0017818R3000 • Type: Sources Sought • Match:  85%
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

The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to issue a solicitation for support in their performance as Littoral Combat Ship (LCS) Independence and Freedom Variant Software Support Agent (SSA), Combat Management System (CMS) and In-Service Engineering Agent (ISEA).

Support to be provided is dependent on access to the Original Equipment Manufacturers' (OEM) proprietary data and inclusive of the following:

Technical program management, including support of technical program and project management support and oversight; technical expertise and recommendations; support and conduct Milestone Technical Review design and test readiness presentations; recommendations regarding prioritization of tasking, along with tracking and solutions to schedule impacts; financial and technical status reports; timely responses to resolve action items and provide status of progress; software development and testing cost estimates; cost, schedule and technical risks.

Software Development, including technical evaluations, options, and recommendations; requirements for software changes and impacts; software development activities; computer program products; configuration of computer program design, development, test, and production materials and artifacts; computer program deliverables; system software integration and build services.

Computer Program Installation Support, including LCS CMS installation plans, software installation instructions, computer program media delivery to ISEA and ship, installation package development; shipboard and site support for installation of the LCS CMS.

Documentation Management, including support and services related to generating, updating and maintaining LCS software technical documentation to support developmental baseline certification events.

Fleet Support, including CMS Subject Matter Expertise and software engineering assistance; investigating hardware and software problems; responding to fleet requests and inquiries; providing analytical and technical support; and preparing reliability and availability metric analyses.

Land-Based Engineering, including software laboratory management and sustainment functions; laboratory operations; laboratory and network configuration drawings; legacy components with Commercial Off-The-Shelf based solutions; CMS hardware and software expertise.

Contract Type:

The Government contemplates award of a Cost-Plus-Fixed-Fee, Level of Effort Contract.

Period of Performance:

The resultant contract will have a Base Period of twelve months and four Option Periods each consisting of twelve months, for a total of sixty (60) months, if all options are exercised.

Mandatory Requirements:

Offerors must meet all mandatory requirements at time of award. In addition, Mandatory Requirements must be maintained throughout the life of the contract. The mandatory requirements are as follows:

Requirement 1: Facility Security Clearance Level - The Contractor's facility must be cleared at the SECRET level and at the SECRET level for processing and storage/safeguarding.

Requirement 2: Personnel Security Clearance Levels - All personnel assigned to this contract shall possess a minimum of SECRET security clearances.

Requirement 3: Secure Link - The contractor shall provide a secure data transmission line from their facility to IWSL at NSWCDD, Dahlgren, VA, connecting the contractor's encryption device (hub) to NSWCDD Building 1500's encryption device.

Request for Capability Statements:

This sources sought is being issued for the purpose of identifying businesses, with the appropriate expertise, interested in responding to a formal solicitation. Capability Statements must include the following:

(1) A brief description of the Offeror's capabilities relations to subject tasking.

(2) The specific qualification, capabilities, and experience of the Contractor's personnel that would be available to support the effort, including the personnel's security clearance level. Identify whether individuals are current employees or are planned team members.

(3) A statement regarding the ability to meet the anticipated mandatory requirements.

(4) Specific past performance on same or similar size and scope of work performed by the Offeror as a prime Contractor within the past five years, including a description of the services provided, the dollar value of the effort, and the contract number;

(5) A statement to the existence of the Offeror's DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the proposal due date.

(6) If applicable, provide a statement and metrics that contain sufficient information concerning the ability to meet the Government limitation in FAR 52.219-14 Limitations on Subcontracting.

Note: THIS SOURCES SOUGHT IS NOT A REQUEST FOR A PROPOSAL. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. The Government will not pay for the information solicited. All information and data received in response to the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence.

All Capability Statement responses must be received no later than 12:00 P.M. on 03 January 2018 by email to Michael Price (michael.price3@navy.mil) and Debbie Frank (deborah.n.frank@navy.mil). Responses should reference LCS OEMs REACHBACK. All responses shall not exceed not exceed five pages and be size 11 point font or greater. No telephone responses will be accepted. No Contractor responses received after the advertised due date and time will be accepted. No exceptions to this receipt deadline shall be granted under any circumstances.

Overview

Response Deadline
Jan. 3, 2018, 12:00 p.m. EST Past Due
Posted
Dec. 21, 2017, 1:00 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
46%
On 12/21/17 NSWC Dahlgren Division issued Sources Sought N0017818R3000 for ENGINEERING AND TECHNICAL SERVICES due 1/3/18. The opportunity was issued full & open with NAICS 541330 and PSC R.
Primary Contact
Title
Contract Specialist
Name
Michael T. Price   Profile
Phone
(540) 653-4401

Documents

Posted documents for Sources Sought N0017818R3000

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N0017818R3000

Contract Awards

Prime contracts awarded through Sources Sought N0017818R3000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0017818R3000

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0017818R3000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NSWC DAHLGREN
FPDS Organization Code
1700-N00178
Source Organization Code
100513846
Last Updated
Jan. 18, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 18, 2018