Search Contract Opportunities

NAWCAD WOLF, N00421-20-R-0003, C4I Operational Maintenance & Engineering Training (COMET)   2

ID: N00421-20-R-0003 • Type: Sources Sought

Description

Posted: April 29, 2021, 7:27 a.m. EDT

AMENDMENT 0003 - Answers to questions received from Industry from 24 September 2020 through 30 September 2020 are provided via COMET N00421-20-R-0003 AMD 0003 attachment. The proposal due date has not changed. All submissions shall be made in accordance with Block 9 of the Solicitation cover page.

AMENDMENT 0002 - Changes made to Solicitation N00421-20-R-0003 and responses to questions from Industry from 12 September 2020 to 23 September 2020 via Amendment 0002 are provided as Attachment P9 to the Solicitation, with modifications to N00421-20-R-0003 AMD 0002 and Attachments P3, P6 and P7 shown in red. Attachment P3 Hourly Burdened Composite Labor Rates rev 2; Attachment P6, Cost Summary rev 1; and Attachment P7, Subcontractor Cost Summary rev 1, shall be used in Offeror's proposal submittal. The proposal due date and time have not changed. All submissions shall be in accordance with block 9 of the Solicitation cover page.

AMENDMENT 0001 - Changes made to Solicitation N00421-20-R-0003 and responses to questions from Industry from 2 September 2020 to 11 September 2020 via Amendment 0001 are provided as Attachment P8 to the Solicitation. The proposal due date and time have not changed. All submissions shall be in accordance with block 9 of the Solicitation cover page.

DISCLAIMER: This is a Request for Proposal (RFP). The Government's intent is to award a Single Award (SA) Indefinite Delivery Indefinite Quantity (IDIQ) contract to the Offeror who proposes the best overall value, with an estimated award date of 20 February 2021. The contract will have a five (5) year ordering period. The resulting contract will have Cost Reimbursable and Cost Plus Fixed Fee CLINS; therefore, the successful awardee will be required to have an adequate accounting system upon contract award.

Description of Requirement:

The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Airborne Systems Integration (ASI) Division is engaged in the research; development; design; integration; test and evaluation; deployment; training; technical management; and maintenance support for integrated Command, Control, Communications, Computers, and Intelligence (C4I) life-cycle engineering systems supporting various sponsors to include Naval Air Systems Command (NAVAIR), Naval Sea Systems Command (NAVSEA), and other DoD and Federal organizations.

The ASI Division is tasked with providing information management architectures relating to interactive information and learning products to support the warfighter. These services include Maintenance and Materiel Management (3M); the development of logistics packages; software engineering, development, and integration; engineering support; and technical support to Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) and its customers. Efforts accomplished under this Contract will encompass the engineering and analysis of complex DoD based C4I systems relating to and supporting innovative and interactive information and learning tool products. Efforts include in-service engineering approaches as it relates to planned maintenance and training covering both currently deployed C4I systems, as well as new and emerging C4I systems still under development, in addition to design, development, implementation, and training utilizing electronically based engineering processes for maintenance and training techniques on sophisticated military systems.

The Government will not accept or respond to telephone calls or requests for meetings with potential Offerors about this requirement. Questions and Answers (Q&As) are attached incorporating questions from industry regarding the draft RFP posted 23 July 2020 on beta.sam.gov. Additional questions regarding this procurement must be submitted via email to cheri.swailes@navy.mil and amy.g.davis@navy.mil within 10 calendar days of the date this solicitation is issued. Questions received after 10 calendar days may not be answered prior to the proposal due date.

This procurement is a Small Business Set-Aside competitive solicitation under the North American Industry Classification System (NAICS) Code 541330 Engineering Services. The Product Service Code (PSC) is D302: IT and Telecom IT Strategy and Architecture. The solicitation number is N00421-20-R-0003.

Amended 3 August 2020

The purpose of this notification is to provide clarification with respect to the size standard for NAICS Code 541330 noted on page 97 of the draft Solicitation. The correct size standard is $41.5 Million.

Amended 23 July 2020

DRAFT SOLICITATION

This requirement is included in the quarterly NAWCAD Industry Update. Please click on the following link for updates regarding the status of this procurement:
https://beta.sam.gov/opp/5357b0a644ac43f282c968a407ac128c/view?keywords=%22NAWCAD%20LRAF%22&sort=-relevance&index=&is_active=true&page=1

DISCLAIMER: This is a DRAFT Solicitation to obtain industry input/questions. The information provided in this notice is subject to change and is not binding on the Government. This notice DOES NOT constitute a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject services. No funds are available to pay for preparation of responses to this notification. Any information submitted by respondents is strictly voluntary. No basis for a claim against the Government shall arise as a result from a response to this announcement.

The purpose of this announcement is to provide the DRAFT Solicitation as well as the documents associated with the DRAFT Solicitation (Section J, Attachments 1-P7) for the Airborne Systems Integration (ASI) Division (formerly known as the Advanced Concepts and Rapid Transition (AC&RT) Division) Command, Control, Communications, Computers, and Intelligence Operational Maintenance & Engineering Training (COMET), N00421-20-R-0003, procurement. A Table of Contents identifying the contents of the Section J attachments can be found on page 96 of the DRAFT Solicitation.

This procurement is a SMALL BUSINESS SET-ASIDE. The solicitation number is N00421-20-R-0003. The North American Industry Classification System (NAICS) code is 541330, Engineering Services. The Product Service Code (PSC) for this requirement is D32, IT and Telecom- Systems Development. Any resultant solicitation will be released on the Beta SAM website at https://beta.sam.gov/

Please review the DRAFT Solicitation along with the associated documents and provide feedback. Please provide specific comments. Comments on the DRAFT Solicitation are welcomed and should be emailed to both cheri.swailes@navy.mil and amy.g.davis@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. The subject line should read "N00421-20-R-000 (COMET)". The Government will not provide a response to the comments. However, the comments are Industry's opportunity to highlight areas of the DRAFT Solicitation that may need clarity. Comments will be considered and reflected in the Final Solicitation, if applicable. No phone calls will be accepted.

Industry's review and feedback provided on the solicitation in its entirety is highly desirable and appreciated. The Government also requests special consideration and feedback on the following:

Does Industry find the labor breakdown (mix of labor categories and hours) included in the solicitation as stated in Section L, Part B, Vol 3, Paragraph 3.5.2 to be accurate and sufficient to effectively execute the tasking within the Statement of Work (SOW)?

If an Industry partner identifies a labor breakdown (mix of labor categories and hours) which is more accurate or appropriate to execute the tasking within the SOW, the Government requests that Industry provide the recommended labor categories, hour breakdown, and rationale driving the differing labor breakdown.

The ASI Division has a requirement to will provide information management architectures relating to interactive information and learning products to support the warfighter. These services include Maintenance and Materiel Management (3M); the development of logistics packages; software engineering, development, and integration; engineering support; and technical support to Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) and its customers.

Efforts accomplished under this Contract will encompass the engineering and analysis of complex DoD based C4I systems relating to and supporting innovative and interactive information and learning tool products. Efforts include in-service engineering approaches as it relates to planned maintenance and training covering both currently deployed C4I systems, as well as new and emerging C4I systems still under development. This effort will include design, development, implementation, and training utilizing electronically based engineering processes for maintenance and training techniques on sophisticated military systems. These engineering solutions and interactive products will support the various C4I equipment suites that are found aboard U.S. Navy and foreign surface and subsurface warships. The support will also include DoD based air platforms and ground systems involving various communication, weapon, and operational mission systems. In order to accomplish the associated tasking, the Contractor will also be required to interact with fleet personnel to ascertain not only inputs for the engineering design and development phases of these information and learning tool products, but to also support fleet personnel in their daily duties of in-service engineering and maintenance support for the mission based electronic equipment.

The Government kindly requests all comments and questions to be submitted by 5:00 pm on 06 August 2020.

THIS ANNOUNCEMENT IS NOT A CONTRACT, REQUEST FOR PROPOSAL, A PROMISE TO CONTRACT, OR A COMMITMENT OF ANY KIND ON THE PART OF THE GOVERNMENT. THE GOVERNMENT WILL NOT ASSUME LIABILITY FOR COSTS INCURRED BY ANY ATTENDEE FOR TRAVEL EXPENSES OR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT; THEREFORE, ATTENDEE COST IN RESPONSE TO THIS NOTICE IS NOT CONSIDERED AN ALLOWABLE DIRECT CHARGE TO THE GOVERNMENT.

Amended March 30, 2020: The capability statement package shall be sent by email to Cheri.swailes@navy.mil and Amy.g.davis@navy.mil. Submissions must be received by email no later than 12:00 PM Eastern Standard Time on 1 April 2020. All companies who submit a capabilities statement will receive confirmation of receipt from the Government. For any company who has not received confirmation of receipt within 24 hours, please email the points of contact (above).

Sources Sought Amended March 24 2020: The purpose of this notice is to provide updated Q&As and revised Statement of Work (changes highlighted in red for ease in reviewing). Updated documents are attached.

Sources Sought Amended March 17, 2020: The purpose of this notice is to provide information/documents associated with the COMET Industry Day held on March 11, 2020. This notice also serves to provide direction to small businesses interested in submitting Capabilities Statements in response to this Sources Sought. Please note that any company that has already submitted a capabilities statement and been determined Capable does not need to submit another capabilities statement.

COMET Industry Day - The COMET Industry Day brief, Q&As, List of Registered Companies, and revised Statement of Work (SOW) are attached to this notice. Please note that minimal revisions have been made to the SOW and are highlighted in red for ease in reviewing.

Capability Statement Information and Submittal Details

Capabilities statements shall be submitted via email by 12 PM on 1 April 2020 in accordance with the instructions below. Attendance at the COMET Industry Day is not a requirement or prerequisite to submitting a capabilities statement.

Interested small businesses shall submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the effort listed in the attached Draft SOW, Attachment 1. This documentation must address, at a minimum, the following:

1. Title of the SOW to which you are responding;

2. Company profile to include number of employees, annual revenue history, office location(s), CAGE code, DUNS number, and a statement regarding current small/large business status.

3. Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern.

4. As a small business, provide an explanation of your company's ability, or your company's ability combined with a similarly situated entity's ability, to perform at least 50% of the tasking described in this SOW/PWS.

5. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified.

6. Management approach to staffing this effort with qualified personnel.

7. Statement regarding capability to obtain the required industrial security clearances for personnel.

8. Company's ability to meet the requirements in the Facility and Safeguarding requirements.

9. Company's ability to begin performance upon contract award.

10 Details of the company's ability to manage a task of this nature.

11. Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements.

12. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein.

13. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that the company explain its capability to accomplish the work specified under the paragraphs 3.3 of the draft SOW Technical Requirements. If the company finds itself not capable of performing all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work.

The capability statement package shall be sent by email to Cheri.swailes@navy.mil and Amy.g.davis@navy.mil. Submissions must be received at the office cited no later than 12:00 PM Eastern Standard Time on 1 April 2020. Questions or comments regarding this notice may be addressed to Cheri Swailes and Amy Davis via email at cheri.swailes@navy.mil and amy.g.davis@navy.mil.
All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.

Amended March 9, 2020: DUE TO THE ONGOING OUTBREAK OF CORONAVIRUS (COVID-19), NAWCAD IS REQUESTING THE COOPERATION OF REGISTERED ATTENDEES FOR THE COMET INDUSTRY DAY SCHEDULED TO OCCUR ON 11 MARCH 2020 AT WEBSTER FIELD. IF YOU ARE SCHEDULED TO ATTEND THIS EVENT AND RETURNED FROM TRAVEL FROM ANY LOCATION FOR WHICH THE DEPARTMENT OF STATE HAS ISSUED A LEVEL 4, DO NOT TRAVEL ADVISORY OR A LEVEL 3, RECONSIDER TRAVEL ADVISORY, BECAUSE OF A COVID-19 OUTBREAK, WITHIN THE 14 DAY PERIOD PRIOR TO THE PLANNED INDUSTRY DAY, YOU SHALL NOT ATTEND THE COMET INDUSTRY DAY EVENT. WE REQUEST YOU CONSIDER COMPLYING WITH THE CENTERS FOR DISEASE (CDC) GUIDANCE AVAILABLE AT: HTTPS://WWW.CDC.GOV/CORONAVIRUS/2019-NCOV/TRAVELERS/AFTER-TRAVEL-PRECAUTIONS.HTML. IF SOMEONE CURRENTLY REGISTERED CANNOT ATTEND FOR THIS REASON, PLEASE CONTACT CHERI SWAILES AT CHERI.SWAILES@NAVY.MIL AND AMY DAVIS AT AMY.G.DAVIS@NAVY.MIL TO DESIGNATE A SUBSTITUTE (MUST ALREADY HAVE BASE ACCESS). PLEASE PROVIDE THE NAME OF THE REGISTERED PERSON WHO WILL NOT BE ATTENDING AND THE NAME OF THE SUBSTITUTE. THIS INFORMATION SHALL BE PROVIDED BY 11:00 AM LOCAL TIME TUESDAY, MARCH 10. INFORMATION ABOUT DEPARTMENT OF STATE TRAVEL ADVISORIES IS AVAILABLE AT: HTTPS://TRAVEL.STATE.GOV/CONTENT/TRAVEL/EN/TRAVELADVISORIES/TRAVELADVISORIES.HTML/

Amended March 7, 2020: DUE TO THE ONGOING OUTBREAK OF CORONAVIRUS (COVID-19), ANYONE WHO HAS TRAVELED WITHIN 14 DAYS OF THE SCHEDULED COMET INDUSTRY DAY FROM ANY LOCATION FOR WHICH THE DEPARTMENT OF STATE HAS ISSUED A LEVEL 4, DO NOT TRAVEL ADVISORY, DUE TO THE COVID-19 SHALL NOT ATTEND. IF SOMEONE CURRENTLY REGISTERED CANNOT ATTEND FOR THIS REASON, PLEASE CONTACT CHERI SWAILES AT CHERI.SWAILES@NAVY.MIL AND AMY DAVIS AT AMY.G.DAVIS@NAVY.MIL TO DESIGNATE A SUBSTITUTE (MUST ALREADY HAVE BASE ACCESS). PLEASE PROVIDE THE NAME OF THE REGISTERED PERSON WHO WILL NOT BE ATTENDING AND THE NAME OF THE SUBSTITUTE. THIS INFORMATION SHALL BE PROVIDED BY 11:00 AM LOCAL TIME TUESDAY, MARCH 10.

Amended March 2, 2020: THIS IS A REMINDER THAT THE COMET INDUSTRY DAY IS BEING HOSTED BY NAWCAD AT WEBSTER FIELD, ST. INIGOES, ON MARCH 11, 2020 FROM 10 AM TO 12 PM. DUE TO HIGH INTEREST, WE ARE AT CAPACITY AND ARE NO LONGER ACCEPTING REGISTRATIONS VIA EMAIL. IF YOU NO LONGER PLAN TO ATTEND, KINDLY EMAIL CHERI SWAILES AT CHERI.SWAILES@NAVY.MIL AND AMY DAVIS AT AMY.G.DAVIS@NAVY.MIL. IF YOU PLAN TO ATTEND, PLEASE BE ON TIME. COMPANIES/INDIVIDUALS WHO ARE NOT PRESENT WITHIN 15 MINUTES OF THE START OF THE PRESENTATION WILL LOSE THEIR SPOT TO COMPANIES/INDIVIDUALS WHO ARE PRESENT BUT HAVE NOT PRE-REGISTERED. IMPORTANT REMINDER: FOR THOSE OF YOU WHO REQUIRE BASE ACCESS, PLEASE REFER TO THE VISITOR FORM DIRECTIONS PROVIDED AS AN ATTACHMENT TO THIS NOTICE.

Amended February 10, 2020: THIS IS A REMINDER THAT REGISTRATION FOR COMET INDUSTRY DAY MUST BE SENT IN VIA EMAIL TO THE PRIMARY AND SECONDARY POINTS OF CONTACT LISTED BELOW BY 15 FEBRUARY 2020. IF YOU NO LONGER PLAN TO ATTEND, KINDLY EMAIL CHERI.SWAILES@NAVY.MIL AS SOON AS POSSIBLE.

PLEASE NOTE THERE WILL BE NO REFRESHMENTS PROVIDED. HOWEVER, THERE ARE VENDING MACHINES AVAILABLE ON SITE.

Amended January 29, 2020: PLEASE NOTE THAT ON 29 JANUARY 2020, THE PSC CODE WAS UPDATED FROM D307 - IT AND TELECOM - IT STRATEGY AND ARCHITECTURE TO D302 - IT AND TELECOM - SYSTEMS DEVELOPMENT.

PROGRAM BACKGROUND

The Naval Air Warfare Center Aircraft Division (NAWCAD), Airborne Systems Integration (ASI) Division at Patuxent River, MD is engaged in the research, development, design, integration, test and evaluation, deployment, training, technical management, and maintenance support for integrated Command, Control, Communications, Computers, and Intelligence (C4I) life-cycle engineering systems supporting various DoD and U.S. Navy sponsors to include NAVAIR, NAVSEA, and other DoD and Federal organizations.

SCOPE

The ASI Division announces its intention to procure, on a competitive basis, the services necessary to leverage the ASI Division's core capabilities involving C4I engineering and information systems to provide information management architectures relating to interactive information and learning products to support our warfighters. These services include Maintenance Management Development (3M); the development of logistics packages; software engineering, development, and integration; engineering support; and technical support to ASI and its customers.

ANTICIPATED CONTRACT TYPE

This is a follow-on contract. This requirement is anticipated to be a Single Award Indefinite-Delivery-Indefinite-Quantity (SA IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract type with an estimated total Level of Effort of approximately 1,113,650 man-hours (based on a full-time equivalent of 1,920 hours per year) over a period of five years. The Government anticipates cost-reimbursable Other Direct Cost (ODCs) for travel and material.

ELIGIBLITY

The applicable North American Industry Classification System (NAICS) Code for this requirement is 541330 - Engineering Services - with a Small Business Size standard of $41.5 Million. The Product Service Code (PSC) for this effort is D302 IT and Telecommunications: Systems Development.

REQUIREMENTS

See Attachment 1, Draft Statement of Work (SOW), and Attachment 2, Draft Labor Categories and Hours. The labor category qualifications anticipated to execute the contemplated effort are included in Attachment 1. Since the resultant contract will be a cost-type effort, the successful awardee will also be required to have a Government-approved accounting system upon award. A DD Form 254 Contract Security Classification Specification shall apply to this requirement, and the prime contractor shall demonstrate ability to obtain or have a Top Secret Facility Clearance and a Top Secret Safeguarding Clearance.

PLACE OF PERFORMANCE

NAS Patuxent River, MD % of Total Effort - 25% On-Site - 25% Off-Site - 75%

Norfolk, VA % of Total Effort - 75% On-Site - 25% Off-Site - 75%

COMET INDUSTRY DAY

NAWCAD will host a COMET Industry Day at Webster Field, St. Inigoes, on 11 March 2020. This meeting is open to any interested company (large or small business) that is currently supporting or has the capability to support the requirements identified in the Draft SOW (Attachment 1). Please note the SOW has been revised since the Sources Sought was posted 21 October 2019. Attendance at the COMET Industry Day is not a requirement and in no way affects any company from submitting their response (Capabilities Statement) to this notice and/or a proposal in response to any forthcoming solicitation. Notification is being made at this time to provide participants with the maximum amount of time for scheduling and making travel arrangements. The COMET Industry Day, scheduled exclusively for the COMET acquisition on 11 March 2020 from 10:00 AM to 12:00 PM, is being held at:

Webster Outlying Field (WOLF), 17617 NESEA Way, Bldg. B8009, St. Inigoes, MD. A site map with overflow parking information, in addition to base access form, are attached to this notice.

IMPORTANT: Local accommodations may be obtained at https://www.visitstmarysmd.com/places-to-stay/hotels/. Airports within the area are Dulles International, Reagan National (DCA), and Baltimore-Washington International (BWI). Due to limited parking, we highly recommend you make arrangements to car pool to the COMET Industry Day location. Please note that refreshments will not be served.

Purpose: The purpose of the COMET Industry Day is to provide an overview of the updated Draft SOW and to facilitate Government and Industry communication with the intent of promoting a better understanding of the Government's requirement. One-on-one meetings with Industry will not be conducted as part of this conference, although they may be considered for the general NAWCAD Industry Day being planned for mid April. Industry (large and small businesses) is encouraged to review the Draft SOW, and interested parties will be allowed to ask the Government questions relevant to this procurement.

Registration Instructions: Companies interested in attending the COMET Industry Day shall send an email to the primary and secondary points of contact listed below by 15 February 2020, with a completed registration form and base access form (as required). Both forms are attached to this announcement. The completed registration form should contain the name of the company, business size (under NAICS 541330), CAGE Code, and the name(s) and title(s) of the attendee(s) (each company/ joint venture limited to two (2) attendees).

Primary POC Email: cheri.swailes@navy.mil

Secondary POC Email: amy.g.davis@navy.mil

The subject line of the email should read COMET Industry Day Pre-Registration and should be submitted no later than 15 February 2020 at 12:00 PM (Noon). The completed base access form should accompany the registration email. All registered participants will receive a confirmation email. Attendees must be U.S. citizens. The COMET Industry Day will not be rescheduled in the case that it is cancelled due to weather or any other Act of God.

Questions: Companies shall use the attached Question Form to submit questions to the Government. Questions shall be submitted by email to the primary and secondary points of contact (listed above). Questions submitted by 12:00 PM (Noon) on 3 February 2020 will be addressed at the COMET Industry Day as appropriate. New questions may be submitted during the COMET Industry Day; however, they may not be addressed until after the Industry Day.

Additional Instructions:

1. All attendees will be required to sign in at the COMET Industry Day conference based on the registration emails received by 15 February 2020.

2. Space permitting, companies or attendees who are not pre-registered must complete blank registration forms provided at the COMET Industry Day (two (2) attendees only) in order to attend.

3. Space permitting, attendees who are late will be allowed to attend but must be registered or must register on site.

4. Blank question forms (attached to this posting) will be provided for companies to submit questions prior to and during the COMET Industry Day (available at the Registration Desk).

5. The Government will only consider complete questions. Questions that do not provide a Company Name, POC, Contact Information and Reference will be considered incomplete.

6. Questions received in writing during the COMET Industry Day by a company that is not registered will also be considered incomplete and will not be answered.

7. Any questions to which the Government is unable to answer during COMET Industry Day will be addressed via BETA.SAM.gov after the Industry Day.

8. All Questions and Answers (Q&As) (including questions received before or at COMET Industry Day) will be posted via BETA.SAM.gov after the Industry Day.

9. All questions, comments, or responses must be received in writing. Questions, comments, or responses submitted by phone or fax will not be accepted.

It is recommended that after attending the COMET Industry Day, all Small Businesses that are interested should submit a capabilities statement. Capabilities statements shall be submitted via email by 1 April 2020 in accordance with the instructions below. Attendance at the COMET Industry Day is not a requirement or prerequisite to submitting a capabilities statement. Q&As will not be posted on BETA.SAM.gov until after the COMET Industry Day.

Any company that has already submitted a capabilities statement and been determined Capable does not need to submit another capabilities statement.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENTS)

SUBMITTAL INFORMATION

Interested companies shall submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the effort listed in the attached Draft SOW, Attachment 1. This documentation must address, at a minimum, the following:

1. Title of the SOW to which you are responding;

2. Company profile to include number of employees, annual revenue history, office location(s), CAGE code, DUNS number, and a statement regarding current small/large business status.

3. Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern.

4. If a small business, provide an explanation of your company's ability, or your company's ability combined with a similarly situated entity's ability, to perform at least 50% of the tasking described in this SOW/PWS.

5. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified.

6. Management approach to staffing this effort with qualified personnel.

7. Statement regarding capability to obtain the required industrial security clearances for personnel.

8. Company's ability to meet the requirements in the Facility and Safeguarding requirements.

9. Company's ability to begin performance upon contract award.

10 Details of the company's ability to manage a task of this nature.

11. Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements.

12. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein.

13. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that the company explain its capability to accomplish the work specified under the paragraphs 3.3 of the draft SOW Technical Requirements. If the company finds itself not capable of performing all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work.

The capability statement package shall be sent by email to Cheri.swailes@navy.mil and Amy.g.davis@navy.mil. Submissions must be received at the office cited no later than 12:00 PM Eastern Standard Time on 1 April 2020. Questions or comments regarding this notice may be addressed to Cheri Swailes and Amy Davis via email at cheri.swailes@navy.mil and amy.g.davis@navy.mil.
All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.

Posted: April 28, 2021, 1:01 p.m. EDT
Posted: Oct. 1, 2020, 9:44 a.m. EDT
Posted: Sept. 24, 2020, 10:43 a.m. EDT
Posted: Sept. 18, 2020, 12:04 p.m. EDT
Posted: Sept. 2, 2020, 2:03 p.m. EDT
Posted: Sept. 2, 2020, 1:26 p.m. EDT
Posted: Sept. 2, 2020, 9:45 a.m. EDT
Posted: Aug. 3, 2020, 11:07 a.m. EDT
Posted: July 23, 2020, 7:53 a.m. EDT
Posted: July 23, 2020, 7:33 a.m. EDT
Posted: March 30, 2020, 11:13 a.m. EDT
Posted: March 24, 2020, 2:53 p.m. EDT
Posted: March 17, 2020, 6:55 p.m. EDT
Posted: March 10, 2020, 7:27 a.m. EDT
Posted: March 9, 2020, 10:00 a.m. EDT
Posted: March 6, 2020, 1:14 p.m. EST
Posted: March 2, 2020, 9:12 a.m. EST
Posted: March 2, 2020, 9:03 a.m. EST
Posted: Feb. 10, 2020, 2:41 p.m. EST
Posted: Jan. 29, 2020, 11:20 a.m. EST
Posted: Jan. 15, 2020, 11:33 a.m. EST
Posted: Jan. 14, 2020, 10:38 a.m. EST
Posted: Oct. 4, 2019, 10:04 a.m. EDT
Background
The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Airborne Systems Integration (ASI) Division is engaged in the research; development; design; integration; test and evaluation; deployment; training; technical management; and maintenance support for integrated Command, Control, Communications, Computers, and Intelligence (C4I) life-cycle engineering systems supporting various sponsors to include Naval Air Systems Command (NAVAIR), Naval Sea Systems Command (NAVSEA), and other DoD and Federal organizations.

Work Details
Efforts accomplished under this Contract will encompass the engineering and analysis of complex DoD based C4I systems relating to and supporting innovative and interactive information and learning tool products. Efforts include in-service engineering approaches as it relates to planned maintenance and training covering both currently deployed C4I systems, as well as new and emerging C4I systems still under development. This effort will include design, development, implementation, and training utilizing electronically based engineering processes for maintenance and training techniques on sophisticated military systems.

These engineering solutions and interactive products will support the various C4I equipment suites that are found aboard U.S. Navy and foreign surface and subsurface warships. The support will also include DoD based air platforms and ground systems involving various communication, weapon, and operational mission systems. In order to accomplish the associated tasking, the Contractor will also be required to interact with fleet personnel to ascertain not only inputs for the engineering design and development phases of these information and learning tool products, but to also support fleet personnel in their daily duties of in-service engineering and maintenance support for the mission based electronic equipment.

Period of Performance
The contract will have a five (5) year ordering period.

Place of Performance
NAS Patuxent River, MD - 25% of Total Effort - On-Site - 25%, Off-Site - 75%; Norfolk, VA - 75% of Total Effort - On-Site - 25%, Off-Site - 75%

Overview

Response Deadline
April 30, 2021, 12:00 p.m. EDT (original: Oct. 21, 2019, 1:00 p.m. EDT) Past Due
Posted
Oct. 4, 2019, 10:04 a.m. EDT (updated: April 29, 2021, 7:27 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Saint Inigoes, MD 20684 United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Odds of Award
42%
Signs of Shaping
88% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 10/4/19 NAWC Aircraft Division issued Sources Sought N00421-20-R-0003 for NAWCAD WOLF, N00421-20-R-0003, C4I Operational Maintenance & Engineering Training (COMET) due 4/30/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC D302.
Primary Contact
Name
Cheri Swailes   Profile
Phone
(301) 757-1534

Secondary Contact

Name
Amy G Davis   Profile
Phone
(301) 757-9773

Documents

Posted documents for Sources Sought N00421-20-R-0003

Opportunity Lifecycle

Procurement notices related to Sources Sought N00421-20-R-0003

Award Notifications

Agency published notification of awards for Sources Sought N00421-20-R-0003

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N00421-20-R-0003

Contract Awards

Prime contracts awarded through Sources Sought N00421-20-R-0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00421-20-R-0003

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00421-20-R-0003

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 15, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 15, 2021