Search Contract Opportunities

FACSFAC Field Maintenance Support   2

ID: N00421-20-R-0158 • 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

Posted: Nov. 16, 2020, 11:24 a.m. EST

AMENDMENT 4

The purpose of this amendment is to upload a pdf. file with questions and answers regarding the posted DRAFT RFP for FACSFAC Field Maintenance Support.

The file is titled FACSFAC Draft RFP_QuestionsAnswers.

AMENDMENT 3

To correct Amendment 2 and add DRAFT RFP as an attachment.

This is the DRAFT solicitation for contractor review and comment. THIS IS NOT A REQUEST FOR PROPOSAL.

The Government may or may not respond to Contractor's comments and questions. However, it is the Government's intent to incorporate responses to Contractor comments and questions in the update to the solicitation which will be the official Request for Proposal.

Questions are due by 2.00 PM EST on 27 Oct 2020. Please email all questions to Svetlana.dimitrova@navy.mil

AMENDMENT 2

This is the DRAFT solicitation for contractor review and comment. THIS IS NOT A REQUEST FOR PROPOSAL.

The Government may or may not respond to Contractor's comments and questions. However, it is the Government's intent to incorporate responses to Contractor comments and questions in the update to the solicitation which will be the official Request for Proposal.

Questions are due by 2.00 PM EST on 20 Oct 2020. Please email all questions to Svetlana.dimitrova@navy.mil

AMENDMENT 1

***RESULTS OF SOURCES SOUGHT***
This is to inform all concerned parties that the result from the sources sought is added as an attachment under this announcement.

ORIGINAL ANNOUNCEMENT

This is SOURCES SOUGHT is a market research tool to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.

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.

PROGRAM BACKGROUND

The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Air Traffic Control & Landing Systems (ATC&LS) Division located in St. Inigoes, MD is engaged in the design, development, integration, test, evaluation, installation, maintenance, configuration management, and logistic support of ATC&LS Division equipment. The purpose of this contract is to provide field maintenance services in support of Area Control Services Surveillance Systems, including Fleet Area Control and Surveillance Facility (FACSFAC) Air Control Tracking System (FACTS), Stand Alone Radar Console (STARCON), Integrated Range Status System (IRSS), and Standard Terminal Automation Replacement System (STARS) located at various FACSFAC sites.

Place of Performance: Contractor Site (5%), Government Site (95% Webster Field, St. Inigoes, MD, (NAS) Patuxent River, and selected travel sites listed in SOW Paragraph 3.1.5.1).

REQUIRED CAPABILITIES

The Contractor will provide operations and maintenance services for the systems in FACSFAC, STARCON, IRSS, and STARS. A draft Statement of Work (SOW), draft CDRLs, and estimated Level of Effort (LOE) are attached for review.

ADDITIONAL INFORMATION

A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance and Secret safeguarding of classified information under this contract.

The contract vehicle is anticipated to be a Single Award (SA) Indefinite Delivery Indefinite Quantity (IDIQ) with the LOE estimated at 388,224 man-hours for the five year ordering period.

The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.

ELIGIBILITY

The applicable NAICS Code for this requirement is 541330 with a Small Business Size standard of $38.5 Million. The Product/Service Code (PSC) for this effort is J058, Maintenance, Repair, Rebuild of Equipment- Communication, Detection, and Coherent Radiation Equipment. The requirement is currently being performed by KBRWyle under SeaPort-e Multiple Award Contract (MAC) Task Order (TO) N00178-14-D-7748-M801.

Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of this cost-type contract.

SUBMISSION DETAILS

Interested small businesses are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch.

Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items:

1. What type of work has your company performed in the past in support of the same or similar requirement? This should include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft SOW.

2. Can or has your company managed a task of this nature? If so, please provide details.

3. Can or has your company managed a team of subcontractors before? If so, provide details.

4. What specific technical skills does your company possess which ensure capability to perform the tasks outlined in the draft SOW?

5. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. 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.

6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc.

7. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.

8. Include in your response your ability to meet the Facility and Safeguarding requirements outlined above.

In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications and ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).

To assist the Government in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.

Your response to this Sources Sought shall be electronically submitted to Svetlana Dimitrova and Jennifer Lundburg in either Microsoft Word or Portable Document Format (PDF) via email at svetlana.dimitrova@navy.mil and jennifer.lundburg@navy.mil.

The deadline for response to this request is 04 June 2020, 2 pm (1400) Eastern Standard Time.

Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.

No phone calls will be accepted.

Questions may be submitted via email to svetlana.dimitrova@navy.mil and jennifer.lundburg@navy.mil.The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.

Posted: Oct. 13, 2020, 8:55 a.m. EDT
Posted: Oct. 6, 2020, 12:57 p.m. EDT
Posted: June 25, 2020, 12:45 p.m. EDT
Posted: June 25, 2020, 12:06 p.m. EDT
Posted: May 15, 2020, 11:40 a.m. EDT
Background
The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Air Traffic Control & Landing Systems (ATC&LS) Division located in St. Inigoes, MD is engaged in the design, development, integration, test, evaluation, installation, maintenance, configuration management, and logistic support of ATC&LS Division equipment. The purpose of this contract is to provide field maintenance services in support of Area Control Services Surveillance Systems, including Fleet Area Control and Surveillance Facility (FACSFAC) Air Control Tracking System (FACTS), Stand Alone Radar Console (STARCON), Integrated Range Status System (IRSS), and Standard Terminal Automation Replacement System (STARS) located at various FACSFAC sites.

Work Details
The Contractor will provide operations and maintenance services for the systems in FACSFAC, STARCON, IRSS, and STARS. A draft Statement of Work (SOW), draft CDRLs, and estimated Level of Effort (LOE) are attached for review.
The contract vehicle is anticipated to be a Single Award (SA) Indefinite Delivery Indefinite Quantity (IDIQ) with the LOE estimated at 388,224 man-hours for the five year ordering period.
The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.

Period of Performance
The contract will be performed over a five year ordering period.

Place of Performance
Contractor Site (5%), Government Site (95% Webster Field, St. Inigoes, MD, (NAS) Patuxent River, and selected travel sites listed in SOW Paragraph 3.1.5.1).

Overview

Response Deadline
Nov. 24, 2020, 2:00 p.m. EST (original: June 4, 2020, 12:00 a.m. EDT) Past Due
Posted
May 15, 2020, 11:40 a.m. EDT (updated: Nov. 16, 2020, 11:24 a.m. EST)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Cost Plus
Est. Level of Competition
Low
Odds of Award
42%
On 5/15/20 NAWC Aircraft Division issued Sources Sought N00421-20-R-0158 for FACSFAC Field Maintenance Support due 11/24/20. The opportunity was issued full & open with NAICS 541330 and PSC J059.
Primary Contact
Name
Svetlana S. Dimitrova   Profile
Phone
None

Secondary Contact

Name
Jennifer L. Lundburg   Profile
Phone
(301) 342-3806

Documents

Posted documents for Sources Sought N00421-20-R-0158

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N00421-20-R-0158

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N00421-20-R-0158

Contract Awards

Prime contracts awarded through Sources Sought N00421-20-R-0158

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00421-20-R-0158

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00421-20-R-0158

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
May 30, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 30, 2021