Search Contract Opportunities

Weapons Systems Integration Support Services (WSISS) V   3

ID: N6893620R0102 • 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: Sept. 14, 2021, 6:47 p.m. EDT

Please see attached Government responses to the questions asked and submitted in regards to the posted draft RFP and the virtual Industry Day that was held on 18 August 2021.

Posted: Aug. 12, 2021, 4:27 p.m. EDT
Posted: Aug. 12, 2021, 2:18 p.m. EDT
Posted: July 27, 2021, 5:44 p.m. EDT
Posted: July 2, 2021, 2:02 p.m. EDT
Posted: June 23, 2021, 5:01 p.m. EDT
Posted: June 23, 2020, 7:05 p.m. EDT

The Naval Air Warfare Center Weapon Division (NAWCWD) is issuing the sources sought to allow potential sources the opportunity to provide capability statements. The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist and to gain market knowledge of potential qualified sources.

The Naval Air Warfare Center Weapons Division (NAWCWD) Contracts Department (D210000), China Lake, CA is seeking information for potential sources regarding Weapons Systems Integration and Software Support Services (WSISS) previously procured with the intention of procuring the services on a competitive basis. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business.

The Naval Warfare Center Weapons Division (NAWCWD) is the weapons system integration and software support activity for several aircraft Integrated Product Teams (IPTs). The IPTs and Program Support Offices currently operating at the NAWCWD included the F/A-18 & EA-18G, AV-8B, AH-1, F-35 and Unmanned Systems. In addition to the above, the contract may support any other aircraft IPTs assigned to the NAWCWD and interoperability initiatives involving support aircraft. The mission of each IPT and Program Support Office is to provide research, development, test, evaluation, system integration, and programmatic support for weapons systems and associated tactical computer systems embedded within or carried on their aircraft, including related systems, support equipment, and interoperability initiatives.

The General Scope of Work Summary:

a. Integration of weapons, avionics, sensors, targeting systems, system hardware, and software (including system analysis, research, development, engineering, testing, test equipment design/fabrication/maintenance, mission simulation, and interoperability assurance):

b. Software engineering/development for aircraft computers, avionics, sensors, targeting systems, weapons systems, test laboratories, simulators, mission and system support equipment (including Software Quality Assurance (SQA) Software Configuration Management (SCM) and Verification and Validation (V&V):

c. IPT program technical services (including special technical research, studies, Quality Assurance (QA), Configuration Management (CM), Data Management (DM), Technical Editors, communications management, equipment management, and maintenance of support systems):

d. Design, Fabrication, integration, and purchase of materials supporting operation of test and simulation equipment, flight and system trainers and/or simulator equipment (including mission and interoperability simulations):

e. Aircraft modifications, aircraft test instrumentation, and telemetry systems design, development, installation, maintenance, service, setup, and operation (including ground-based telemetry systems):

f. Training in areas where the contractor has special knowledge or expertise (such as legacy systems, etc) and in the use and/or maintenance of software and/or system designed by the contractor.

g. Training and purchase of materials and personnel in the use of agile principles and applications in support of the IPT's identified in this summary.

CONTRACT BACKGROUND
This requirement is a follow-on procurement to a competitively-awarded Small Business Set-Aside contract N6893618D0006 (NAICS Code 336411, 1500 employees), which is currently being performed by DCS Corporation. The existing contract is a term type, Cost Plus Fixed-Fee. The current level of effort for this contract is 381 full-time equivalents (FTEs) across 15 active task orders. This contract is due to expire 31 October 2022.

The Government anticipates that a successful solution for these services consists of the following:
1. Capability to perform SOW tasking. Describe your company's experience as a prime contractor (or Subcontractor) with weapons and aircraft systems integration, Software Integration, providing support to Integrated Product Teams, Provide Contract Number(s) applicable. Please provide at least three (3) examples of your company's types of program management support you provide

2. Personnel Management: The Government desires a contractor with a local managerial presence capable of effectively staffing for and managing to the Statement of Work (SOW) requirements using the correct personnel with the appropriate skill levels and certifications. The contractor should provide evidence of the personnel type necessary to perform the functions of the SOW as well as any managerial plans the contractor uses for matching personnel to SOW requirements. Please describe your company's ability to provide effective recruitment, retention and management of highly technical and personnel with proper security clearances. Please describe your company's ability to provide and process for accessing subject matter experts on relevant Aircraft Platforms (e.g., F-35, F/A-18, EA-18, AV8B and UAS).
3. History of Successful Performance: The Government desires a contractor with a proven history of managing service contracts similar in scope and effort as defined in the draft SOW. Contractors should provide past performance information including previous contracts and dollar values as well as reference information for those contracts to include, name, contract number, phone number and email address. Please indicate what sections of the SOW correspond to the past performance information. If the work was accomplished as a prime contractor, please indicate the percentage of work subcontracted. If the work was performed as a subcontractor, indicate the dollar value and percentage of work performed.
4. Capability to provide personnel for services required outside of the continental United States. Capability for organizational reach back for subject matter experts that have experience/training/educational background in the disciplines stated in the SOW.

GENERAL REQUIREMENTS
All Information Technology Systems or software/application development, modification or support shall be performed in accordance with Defense Business Transformation guidance (formerly Business Management Modernization Program (BMMP), Department of the Navy (DON) /Naval Air Systems Command (NAVAIR) Functional Area Manager (FAM) Policies and Guidance, Network and Server Registration, and Web Enablement mandates.
SPECIAL REQUIREMENTS

Any resulting contract is anticipated to have a security classification level of Top Secret. Contractor shall describe their plan to accomplish 51percent of the LOE if proposing a teaming arrangement.
SUBMISSION DETAILS

Interested businesses shall submit responses in Microsoft Word format (version 1997-2003) via e-mail to: john.faria@navy.mil.
Please submit all questions to John Faria at john.faria@navy.mil or alternatively at (760) 939-3728. No phone or e-mail solicitations with regards to the status of the RFP will be accepted prior to its release.

E-mail responses shall be received at this office no later than 4:00 P.M. Pacific Standard Time on 23 July 2020 and reference this synopsis number on both the e-mail subject line as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.

Interested businesses should submit a brief capabilities statement package of no more than 15 pages in length (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to perform those services listed in the Requirements Capability section of this document.

Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, Company Cage Code, Company DUNS Number, and Points-of-Contact (POC) including name, phone number, fax number, and e-mail address.

Overview

Response Deadline
Aug. 16, 2021, 5:00 p.m. EDT (original: July 23, 2020, 7:00 p.m. EDT) Past Due
Posted
June 23, 2020, 7:05 p.m. EDT (updated: Sept. 14, 2021, 6:47 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Likely Cost Plus
Est. Level of Competition
Low
Odds of Award
82%
Signs of Shaping
99% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 6/23/20 Naval Air Warfare Centers issued Sources Sought N6893620R0102 for Weapons Systems Integration Support Services (WSISS) V due 8/16/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336411 (SBA Size Standard 1500 Employees) and PSC K016.
Primary Contact
Name
Lindsay Cook   Profile
Phone
(760) 793-4333
Fax
None

Secondary Contact

Name
John Faria   Profile
Phone
(760) 793-3476
Fax
7609395694

Documents

Posted documents for Sources Sought N6893620R0102

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N6893620R0102

Award Notifications

Agency published notification of awards for Sources Sought N6893620R0102

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N6893620R0102

Contract Awards

Prime contracts awarded through Sources Sought N6893620R0102

Protests

GAO protests filed for Sources Sought N6893620R0102

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6893620R0102

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6893620R0102

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC WD > NAVAL AIR WARFARE CENTER
FPDS Organization Code
1700-N68936
Source Organization Code
100076489
Last Updated
July 9, 2022
Last Updated By
daniel.cooley1@navy.mil
Archive Date
July 9, 2022