INTRODUCTION This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses to provide the required products and/or services. The results of this sources sought will be utilized for market research and acquisition strategy refinement purposes to include determining if any small business set-aside opportunities exist.
It is estimated that any resultant solicitation will be released via FedBizOpps around August 2019. Prior to that, it is estimated that an Advance Planning (Pre-Solicitation) notice with regards to this requirement will be released via FedBizOpps around July 2019. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
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.
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 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.
As the NAVAIR Digital Group works collaboratively across the NAVAIR Enterprise and the Department of Defense (DoD) to align efforts and accelerate advances in digital technology, the contractor may be required to provide support across the NAVAIR Enterprise, the Program Executive Offices (PEOs), the supported Commands (including all echelons levels), and other DoD Services, sites, and activities as required.
PLACE OF PERFORMANCE
The Contractor shall support the NAVAIR enterprise-wide 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, and leased spaces within the 30 mile range); 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 draft 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.
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.
CONTRACT INFORMATION
1. Anticipated Contract Type: Cost-Plus-Fixed-Fee (CPFF) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract
2. Anticipated Level of Effort: 81.5 Full-Time-Equivalent (FTE)'s per Year.
3. Estimated Material $8.4M inclusive of all years.
4. Estimated Travel $625K inclusive of all years.
5. Anticipated Period of Performance: April 2020 through April 2025, inclusive of all years.
REQUIRED CAPABILITIES
1. See attached Draft Performance Work Statement (PWS).
2. Security; All personnel shall have the ability to obtain the appropriate clearances as identified by the Government as stated below.
3. NAWCAD anticipates conducting this acquisition using FAR subpart 15.3 procedures.
4. Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of a cost-type contract.
ELIGIBILITY
The anticipated NAICS code for this requirement is 541512 (Computer Systems Design Services) with a size standard of $27.5M. The anticipated product service code (PSC) is D318 (IT & Telecommunications Integrated Hardware/Software/Services Solutions). Interested small businesses that are qualified as a small business concern under the NAICS 541512, within a size standard of $27.5 M, are encouraged to submit their capability packages and should identify their company's small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses must demonstrate the ability to perform at least 50% of the cost of contract performance as the prime contractor in accordance with FAR 52.219-14 Limitations on Subcontracting.
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than 12 pages in length, single spaced, and 12-point font minimum) demonstrating the ability to perform the services identified in the attached Draft PWS (Attachment 1). The package must address, at a minimum, the following:
1) Prior/current corporate prime digital innovation experience performing efforts of similar size and scope across a large enterprise, within the last 3 years, including contract number, organization supported, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft PWS (Attachment 1);
2) Company profile to include number of employees, annual revenue history, office location, DUNS number, and a statement regarding current size status;
3) Company's ability to manage and staff multiple short term and long term complex task orders with the capability of bench strength to support concurrent surge efforts as they emerge, across multiple digital technology areas;
4) The ability to perform 50% of the work;
5) Company's ability to begin performance upon the anticipated contract start date of April 2020;
6) A statement regarding capability to provide and maintain security clearances, up to Top Secret with Secret Safeguarding;
7) Ability to staff and retain qualified (compliant with DoD Directive 8570.01-M or most current Directive) Cybersecurity personnel for multiple on-going efforts.
The capability statement package shall be sent via email to tess.goshorn@navy.mil no later than 3:00 PM Eastern Time on 28 June 2019. No phone calls will be accepted.
All responses must include the following information: Company name, Company address, Company business size, point of contact name, phone number, fax number and email address.