Search Contract Opportunities

NAVAIR Digital Group Technology Acceleration and Integration/Information Technology/Information Management/Cyber Security Support Services   3

ID: N00421-19-R-0101 • 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

Please refer to Sources Sought with Solicitation # N00421-19-R-0101, NAVAIR DIGITAL GROUP TECHNOLOGY ACCELERATION AND INTEGRATION / INFORMATION TECHNOLOGY/ INFORMATION MANAGEMENT/CYBER SECURITY SUPPORT SERVICES, for any previous information regarding this requirement.

INTRODUCTION
This is a PRESOLICITATION notice to publicize the planned solicitation release for The Naval Air Systems Command (NAVAIR) Digital Group Technology Acceleration and Integration/Information Technology/Information Management/Cyber Security Support Services.

The NAVAIR Digital Group leads the digital transformation of NAVAIR and works to accelerate and scale digital/analytic technologies and capabilities across the NAVAIR Enterprise as a means to increase speed in the delivery and sustainment of warfighting capability. The Digital Group delivers and executes command-wide strategies that align activities and provides the workforce with agile self-service infrastructure, data accessibility, visualization and analytic tools, and digital/IT services to rapidly research, create, deploy, integrate, and maintain, applications, enterprise solutions, and other digital capabilities. NAVAIR's digital transformation will require leveraging advanced digital tools to implement fundamentally different business models across all business, technology development, workforce, and mission operation domains. NAVAIR is committed to a digital culture that empowers the workforce to accelerate, innovate, collaborate, develop, and deliver capabilities to meet mission outcomes.

ELIGIBILITY
The Product Service Code (PSC) for this effort is D318 and the applicable NAICS is 541512 with a Small Business Size standard of $27.5M. To be eligible to receive the award based on these requirements a contractor must be registered in Systems for Award Management (SAM). To register, contractors may apply through the internet at http://www.sam.gov.

ANTICIPATED CONTRACT TYPE
The Government intends to solicit and negotiate a full and open competitive contract. This requirement is anticipated to be a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost-Plus-Fixed-Fee (CPFF) Labor CLINs. The Government anticipates a cost reimbursable Other Direct Cost (ODCs) CLIN for Travel and Material. The estimated hours per contract year is approximately 156,480 or 81.5 full-time-equivalents (FTEs).

REQUIREMENT
The contractor shall provide various types of support including: digital transformation planning and execution; enterprise alignment; technology exploration, acceleration, and integration; digital/IT consultation; business intelligence; application portfolio management; system integration; Enterprise Architecture (EA) design and management; web management; Navy Marine Corps Intranet (NMCI)/Next Generation Enterprise Network (NGEN) program management; IT Operations; cybersecurity; Information Assurance (IA); cloud services; maintenance functions; network security; Automated Data Processing (ADP) support services; digital modeling and virtual environment support; talent management; change management; data analytics and integration; business process management and improvement; as well as general IT/digital support. Services may also be required in support of numerous current and planned initiatives (i.e., Cybersecurity related events, Cloud initiatives, emerging and disruptive technologies, IT consolidations initiatives) and infrastructure improvements.

PLACE OF PERFORMANCE / PERIOD OF PERFORMANCE
The location of performance includes the NAVAIR enterprise-wise environment within the Continental United States (CONUS), which is comprised of facilities at Patuxent River, Maryland, Patuxent River remote facilities (St. Inigoes, Solomon's Island Naval Center, Washington Liaison Office in Arlington VA,; China Lake, California; San Diego/North Island, California; Point Mugu, California; Jacksonville, Florida; Cherry Point, North Carolina; Lakehurst, New Jersey; and Orlando, Florida. Work in support of the PWS shall be primarily performed at the contractor's facility or at Patuxent River, MD; however, the place of performance is not limited to the above locations due to the evolving, integrated and capability-focused enterprise requirements throughout NAVAIR and the DoD. The anticipated period of performance for this effort is five (5) years (5-year ordering period). The anticipated start date is 10 May 2020.

THIS IS A NOTICE OF INTENT ONLY; IT IS NOT A REQUEST FOR PROPOSALS. The Government will not accept or respond to questions or to requests for meetings with potential offerors about this requirement. It is anticipated that the solicitation will be released via the internet and FedBizOpps in September 2019.

Overview

Response Deadline
Sept. 21, 2019, 5:00 p.m. EDT Past Due
Posted
Sept. 6, 2019, 6:55 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Average
Odds of Award
34%
Vehicle Type
Indefinite Delivery Contract
On 9/6/19 Naval Air Systems Command issued Presolicitation N00421-19-R-0101 for NAVAIR Digital Group Technology Acceleration and Integration/Information Technology/Information Management/Cyber Security Support Services due 9/21/19. The opportunity was issued full & open with NAICS 541512 and PSC D.
Primary Contact
Title
Contract Specialist
Name
Tess J. Goshorn   Profile
Phone
None

Documents

Posted documents for Presolicitation N00421-19-R-0101

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N00421-19-R-0101

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N00421-19-R-0101

Contract Awards

Prime contracts awarded through Presolicitation N00421-19-R-0101

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N00421-19-R-0101

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N00421-19-R-0101

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
Oct. 6, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 6, 2019