Search Contract Opportunities

LSI Follow-On Draft RFP   4

ID: N0042122R0232 • Type: Presolicitation
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
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: March 29, 2023, 9:58 a.m. EDT

UPDATE - The Questions and Answered received in response to the Draft RFP posting have been included within the Attachments.

DRAFT SOLICITATION Lead Systems Integration (LSI) Follow-On

INTRODUCTION

The Department of Defense (DoD), Department of the Navy (DON), Naval Air Systems Command (NAVAIRSYSCOM), Naval Air Warfare Center Aircraft Division (NAWCAD), AIRWorks Office has the requirement for Lead Systems Integrator (LSI) Contractor Support Services to perform Engineering, Technical, and Project Management support for a wide variety of programs and platforms. This Indefinite Delivery, Indefinite Quantity (IDIQ) requirement will support potential new systems and/or improve existing systems within both the manned and unmanned aircraft inventory.

Please see the AIRWORKS Powering the Mission attachment for further detail in regards to the AIRWorks Office capabilities and mission.

ELIGIBILITY

The Product Service Code (PSC) for this requirement will be R425. The North American Industry Classification System (NAICS) is 541330 (Engineering Services) with a size standard of $41.5 million. All interested Small Businesses are encouraged to submit their comments and feedback and should identify their company's small business size standard based on the referenced NAICS code.

ANTICIPATED PLACE OF PERFORMANCE

Approximately 10 percent of work will be performed at Government site and 90 percent of work to be performed at Contractor site. Government site(s) include NAS -Patuxent River, MD, The Pentagon, Naval Undersea Warfare Center Keyport, WA, Strategic Weapons Facility Pacific Poulsbo, WA, NAWCWD China Lake, CA, and Tampa, FL. The location of the work will be identified at the task order level. Six seats will be made available at the Government site and will be defined at the task order level. However, other contractor personnel will be performing in support of the Government on-site as well. Contractors performing on-site support will be provided access to workspaces, telephones, printers, facsimile machines, copy machines, shredders, NMCI computers with COR approval, and network access including web servers and applicable databases or other applications necessary to carry out assigned tasks. The services to be performed in support of this SOW shall be performed at off-site Contractor Facilities within 50 miles of NAS Patuxent River, MD.

ANTICIPATED CONTRACT TYPE

The contract type is anticipated to be Cost Plus Fixed Fee for labor and Cost Reimbursable for Other Direct Costs (ODCs) including travel (CONUS and OCONUS) and material. This is expected to be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated total Level of Effort of approximately 2,002,560 hours, inclusive of the option to extend services (with 1 Full Time Equivalent being comprised of 1,920 hours per year) over a period of five years. The primary place of performance is Patuxent River Naval Air Station. However, there are other places of performance across the United States.

REQUIREMENTS

See the Draft Statement of Work (SOW) incorporated in the Draft Solicitation.

Labor categories anticipated to execute the contemplated services are included in the attached Draft SOW, as well as attachment L-1.

This requirement is reserved for competition among small business concerns in accordance with FAR 52.219-8 Total Small Business Set-Aside. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the cost of contract performance as the prime contractor with similarly situated small business sub-contractors in accordance with FAR 52.219-14 Limitation on Subcontracting (deviation).

Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award.

SUBMITTAL INFORMATION

At this time, the Government is seeking questions and comments from industry on the DRAFT solicitation. 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 announcement is strictly voluntary.

Any questions or comments regarding the draft solicitation shall be submitted in writing no later than 24 March 2023 by email to Brandon Rider, Brandon.f.rider.civ@us.navy.mil.

All questions or comments must include the following information: Reference to the LSI Follow-On Draft RFP, Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.

Posted: March 10, 2023, 11:09 a.m. EST
Background
The Department of Defense (DoD), specifically the Department of the Navy (DON) through the Naval Air Systems Command (NAVAIRSYSCOM) and Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking Lead Systems Integrator (LSI) Contractor Support Services.

The goal of this contract is to provide Engineering, Technical, and Project Management support for various programs and platforms, including both manned and unmanned aircraft systems. This requirement will facilitate the development of new systems and enhancements to existing systems, aligning with the mission of the AIRWorks Office.

Work Details
The contractor will be responsible for providing engineering, technical, and project management support services as outlined in the Draft Statement of Work (SOW). Key tasks include:
- Supporting new systems or improving existing systems within manned and unmanned aircraft inventories.
- Managing projects that may involve rapid response, Engineering Change Proposals (ECP), demonstrations, prototyping, and fleet exercises.
- Collaborating with various NAVAIR competencies such as program management, contracts, logistics, engineering, and testing to maximize project execution efficiency.
- Maintaining compatibility with IT environments up to Top Secret security classification.
- Preparing monthly progress reports and financial status reports as per Contract Data Requirements List (CDRL).
- Ensuring compliance with applicable DoD specifications and regulations.

Place of Performance
Work will be performed approximately 10% at Government sites including NAS Patuxent River, MD; The Pentagon; Naval Undersea Warfare Center – Keyport, WA; Strategic Weapons Facility Pacific – Poulsbo, WA; NAWCWD – China Lake, CA; and Tampa, FL. The remaining 90% will occur at Contractor facilities located within 50 miles of NAS Patuxent River, MD.

Overview

Response Deadline
March 24, 2023, 2:00 p.m. EDT Past Due
Posted
March 10, 2023, 11:09 a.m. EST (updated: March 29, 2023, 9:58 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Patuxent River, MD 20670 United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Odds of Award
48%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
88% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 3/10/23 NAWC Aircraft Division issued Presolicitation N0042122R0232 for LSI Follow-On Draft RFP due 3/24/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC R425.
Primary Contact
Name
Brandon Rider   Profile
Phone
None

Secondary Contact

Name
Torri Levasseur   Profile
Phone
None

Documents

Posted documents for Presolicitation N0042122R0232

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N0042122R0232

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N0042122R0232

Contract Awards

Prime contracts awarded through Presolicitation N0042122R0232

Incumbent or Similar Awards

Contracts Similar to Presolicitation N0042122R0232

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N0042122R0232

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N0042122R0232

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
April 8, 2023
Last Updated By
brandon.rider@navy.mil
Archive Date
April 9, 2023