Maryland Bids > Bid Detail

NAWCAD WOLF - Communications Systems Integration Support

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159185901331073
Posted Date: Aug 3, 2023
Due Date: Aug 18, 2023
Solicitation No: N0042124R0004
Source: https://sam.gov/opp/ddf57e3545...
Follow
NAWCAD WOLF - Communications Systems Integration Support
Active
Contract Opportunity
Notice ID
N0042124R0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 03, 2023 01:25 pm EDT
  • Original Response Date: Aug 18, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N020 - INSTALLATION OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Saint Inigoes , MD 20684
    USA
Description

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.



This Sources Sought is a market research tool being used to determine potential and eligible business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government would like to ensure that there is adequate competition for this procurement. Additionally, the results of this sources sought will also be utilized to determine if any Small Business Set-Aside opportunities exist. All interested large and small businesses are encouraged to respond with a capability statement, but only those businesses or teaming arrangements that are considered small under NAICS 541330 will be considered for small business set-aside decisions.



INTRODUCTION

The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide engineering services, logistics services, integration support, and installation support for Command, Control, Communications, Computers, and Intelligence (C4I) systems, information and computer systems, and sensor systems for various platforms, including ships, Unmanned Aerial Systems (UAS), shore installations, and ground-based systems. Further detail is provided in the Draft Statement Of Work / Performance Work Statement (PWS) attached to this synopsis (Attachment 2). The services are currently being performed by BAE Systems Technology Solutions and Services of Maryland under N00421-19-D-0047. The existing contract is a Single-Award Indefinite Delivery Indefinite Quantity (SA IDIQ) with Firm-Fixed Price (FFP), Cost Reimbursable, and Cost-Plus-Fixed-Fee (CPFF) Term and Completion orders. This contract is due to expire 31-March-2025.



PROGRAM BACKGROUND



The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Ship & Air Integrated Warfare (SAIW) Division provides technical and engineering services to support the advanced research and development, systems engineering, and life-cycle support of electronics, communications, and information systems in response to tasking from the Department of Defense (DoD) and other U.S Government organizations.





REQUIREMENTS



This Sources Sought Notice is considered Attachment 1. Please review Attachment 2, Draft SOW/PWS and Attachment 3, Draft Hours. If your company has any questions about the SOW/PWS, or any areas that may need further explanation, please also identify those in the response. The labor categories anticipated to execute the contemplated effort are included in Attachment 3, Draft Hours.





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.



All Contractors that propose must either have or be able to obtain a TOP SECRET facility clearance. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a “Top Secret” Facility Clearance and a “Secret” Safeguarding Clearance.



ELIGIBILITY



The applicable North American Industry Classification System (NAICS) Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $47 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) for this effort will be N020 – Installation of Equipment – Ship and Marine Equipment.



PLACE OF PERFORMANCE



Place of Performance



Percentage of Total Effort



% On-Site Government



% Off-Site Contractor



WOLF St. Ingioes, MD



100%



12%



88%



ANTICIPATED CONTRACT TYPE



The requirement is anticipated to be a SA IDIQ with CPFF Term and Completion Contract Line Item Numbers (CLINs) for labor and Cost Reimbursable CLINs for Other Direct Costs (ODCs) for material and travel. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.



ANTICIPATED PERIOD OF PERFORMANCE



It is anticipated that the resultant contract will have a five-year ordering period with a 6 month option (FAR 52.217-8), which performance commencing approximately in April 2025.



SUBMITTAL INFORMATION



It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating the ability to perform the effort listed in the attached Draft SOW / PWS, Attachment 2. This documentation must address, at a minimum, the following:




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






  1. 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;






  1. 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;






  1. 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;






  1. 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;






  1. Management approach to staffing this effort with qualified personnel;






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






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






  1. Company's ability to begin performance upon contract award;






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






  1. 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 (dollars and hours), Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein.






  1. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.3.1 - 3.3.2 of the draft SOW / PWS Technical Requirements. If the company finds itself not capable to perform all parts of the SOW / PWS, 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 emilee.n.pierce.civ@us.navy.mil and amy.g.davis.civ@us.navy.mil. Submissions must be received at the office cited no later than 3:30 p.m. Eastern Standard Time on 21 August 2023. Questions or comments regarding this notice may be addressed to Emilee Pierce and Amy G. Davis via email at emilee.n.pierce.civ@us.navy.mil and amy.g.davis.civ@us.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.


Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 03, 2023 01:25 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >