Search Contract Opportunities

Engineering and Technical Services to Support the Integrated Communications and Information Systems Radio Communications for U.S. Navy Ships   3

ID: N00421-10-R-1042 • Type: Solicitation

Description

*** This notice is modified as of 18 December 2013 to include Amendment 0002 and to change the Secondary Point of Contact from Thomas Stann to Kristen Ferro. This Amendment includes Round 2 of Questions and Answers as well as modifies the solicitation.
*** This notice is modified as of 12 December 2013 to include Amendment 0001. This Amendment includes Round 1 of Questions and Answers as well as modifies the solicitation.
*** This notice is modified as of 22 November 2013 to include Exhibit A - CDRLs.
** This notice is updated as of 21 November 2013. The solicitation is now posted with a response date of 7 January 2014.

The development and acquisition of U.S. Naval vessels are under the control and direction of Naval Sea Systems Command (NAVSEA). The design, procurement, integration, testing, and training of Command, Control, Communications, Computers, and Intelligence (C4I) electronic systems that meet the requirements of the Navy operating forces are the responsibility of the Program Executive Office for C4I (PEO C4I). In support of the Program Executive Office for Ships (PEO Ships), NAVSEA, and PEO C4I, the Naval Air Warfare Center Aircraft Division (NAWCAD) is tasked to design, procure, integrate, test, train, deliver and support C4I electronic Radio Communication Systems (RCSs) for ships of the U.S. Navy including, but not limited to, AEGIS destroyers and cruisers, amphibious assault ships, aircraft carriers, sea-lift ships, and other surface combatant and comparable ships. NAWCAD is tasked to perform research and development, engineering, technical and logistics support services to deliver fully integrated and tested C4I electronic radio communication systems for shipboard installation. The contractor will provide support to NAWCAD to complete this tasking.

This contract procures support for the Integrated Communications and Information Systems (ICIS) Division (Code 4.5.10) of NAWCAD in the research, development, design, integration, testing, installation, training, and certification of shipboard C4I electronic communication systems; the research, development, design, integration, testing, installation, training, and certification of like systems at shore sites associated with the deployment of fleet support to surface ships; and the research, development, design, integration, testing, installation, training, and certification of mobile and airborne C4I electronic communication systems designed to interface with the C4I electronic architecture of surface ships.

Depending on the shipboard C4I electronic communication systems requirements the contractor will research, develop, test, evaluate, and prepare the fully integrated C4I electronic RCS for shipment to a designated shipbuilder and support the subsequent installation on board the ship. The contractor shall provide support to the shipbuilder until Ship's Custody Transfer (SCT). Post-installation and On-the-Job Training (OJT) for the ship's crew after SCT are also provided under the terms of this contract.

Initial work will support the RCS for one AEGIS destroyer or comparable ship. Options are included for services to support an additional 12 Navy surface combatants or comparable ships. The services detailed in the Requirements Section (4.0) can be applied to any Navy surface combatant or comparable ships and associated shipboard communication system.

Acronyms used throughout the Statement of Work (SOW) are provided as Attachment (5) under Section J - Exhibits and Attachments. The contractor is required to interface extensively with the shipbuilder. With certain exceptions, the contractor for this effort shall conform to the same standards and specifications as the shipbuilder. The Government will provide all necessary reference documents not generally available to the Contractor as required. Throughout the life of the contract, if any instruction or document is replaced or superseded, the replacement or superseding instruction or document shall be applicable to the requirements defined in this SOW.

This full and open competitive requirement is anticipated to have Cost-Plus Fixed Fee (CPFF) Completion CLINs for the Production portion of the effort, and CPFF Level of Effort CLINs for the Engineering and Training portions of the effort. This will be for a Base Period and twelve 1-year Option Periods estimated at 2,331,271 hours for the entire contract. The North Amercian Industry Classification System (NAICS) Code is 541330 with a small business size standard of $35.5M. The basis for award of the resultant contract will be best value to the Government. There will be 2 NSC initiated in the Base Period, 3 initiated in Option Period I, 3 initiated in Option Period II, 3 initiated in Option Period III, and 2 initiated in Option Period IV for a total of 13. Due to the nature of the Completion CLINs, the estimated period of contract performance is expected to be for 9 years. The primary place of performance will be at the Satellite Production Test Center (SPTC), NAWCAD Patuxent River, Webster Field Annex, St. Inigoes, Maryland. These services may be performed at contractor facilities, at government facilities, or on board ship. This action is follow-on to contract N00421-00-C-0077, and the incumbent contractor is BAE Systems Technology Solutions and Services, 1601 Research Blvd Rockville, MD 20850-3126. All potential offerors must either have or be able to obtain a TOP SECRET facility clearance. It is the Government's intention to release the Request for Proposal (RFP), including any subsequent amendments via the Internet in Microsoft word format, with some attachments perhaps to be provided in Microsoft Excel and Portable Document Format. The RFP will reside on the Federal Business Opportunities website located at www.fbo.gov.
In the interest of acquisition streamlining, prospective offerors are strongly encouraged to use the Internet for the purpose of submitting requests with respect to this solicitation. Paper copies of the RFP and subsequent amendments will not be available or issued. If you have any questions or concerns, please E-mail: amy.g.davis@navy.mil. Telephone requests for the solicitation will neither be accepted nor returned. Questions regarding the RFP shall be submitted electronically to the e-mail address cited in the preceding sentence, with subsequent answers to be provided by the Government electronically in amendments via the Internet at the same location as the RFP. The point of contact for this procurement action is Amy Davis and the Contracting Officer is Mr. Thomas Stann.

Overview

Response Deadline
Jan. 7, 2014, 2:00 p.m. EST Past Due
Posted
Dec. 18, 2013, 3:37 p.m. EST
Set Aside
None
Place of Performance
The primary place of performance will be at the Satellite Production Test Center (SPTC), NAWCAD Patuxent River, Webster Field Annex, St. Inigoes, Maryland. These services may be performed at contractor facilities, at government facilities, or on board ship. SAINT INIGOES, MD 20684 USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 12/18/13 NAWC Aircraft Division issued Solicitation N00421-10-R-1042 for Engineering and Technical Services to Support the Integrated Communications and Information Systems Radio Communications for U.S. Navy Ships due 1/7/14. The opportunity was issued full & open with NAICS 541330 and PSC R.
Primary Contact
Title
Contract Specialist
Name
Amy G Davis   Profile
Phone
(301) 737-2787
Fax
(301) 737-2096

Secondary Contact

Title
Contract Specialist
Name
Kristen Ferro   Profile
Phone
(301) 737-7554
Fax
(301) 995-0926

Documents

Posted documents for Solicitation N00421-10-R-1042

Opportunity Lifecycle

Procurement notices related to Solicitation N00421-10-R-1042

Award Notifications

Agency published notification of awards for Solicitation N00421-10-R-1042

Contract Awards

Prime contracts awarded through Solicitation N00421-10-R-1042

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N00421-10-R-1042

Similar Active Opportunities

Open contract opportunities similar to Solicitation N00421-10-R-1042

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
Jan. 3, 2015
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 3, 2015