Maryland Bids > Bid Detail

CI&IDS Integration & Production

Agency:
Level of Government: Federal
Category:
  • K - Modification of Equipment
Opps ID: NBD00159256852879336
Posted Date: Dec 21, 2023
Due Date: Jan 5, 2024
Source: https://sam.gov/opp/dd3db6b3fc...
Follow
CI&IDS Integration & Production
Active
Contract Opportunity
Notice ID
N00421-23-RFPREQ-4K0000T-1259
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 21, 2023 12:00 pm EST
  • Original Published Date: Dec 21, 2023 11:41 am EST
  • Updated Response Date: Jan 05, 2024 05:00 pm EST
  • Original Response Date: Jan 05, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 20, 2024
  • Original Inactive Date: Jan 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: K020 - MODIFICATION OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Saint Inigoes , MD 20684
    USA
Description View Changes

INTRODUCTION



This SOURCES SOUGHT is a market research tool to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.



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.



PROGRAM BACKGROUND



The NAWCAD WOLF Combat Integration & Identification Systems (CI&IDS) Division, operating under the oLSI model, has requirements for integration and production support services. This Statement of Work (SOW) is to provide system integration, production and fabrication, in-service engineering, training, logistics engineering, testing, repair, laboratory and test bed management, quality assurance (QA) and quality management, frequency spectrum authorization, and technical management for CI&IDS systems and equipment including, but not limited to information included in attached Statement of Work (SOW).



Place of Performance: Contractor Site (93%), Government Site (7% Webster Field, St. Inigoes, MD, (NAS) Patuxent River, and selected travel sites listed in SOW Paragraph 3.1.2.1).



REQUIRED CAPABILITIES



The Contractor will provide support for integration and production efforts for CI&IDS systems and subsystems deployed on afloat and ashore platforms. The services to be performed under this Contract will include the following: system integration, production and fabrication, in-service engineering, training, logistics engineering, testing, repair, laboratory and test bed management, quality assurance and quality management, frequency spectrum authorization, and technical management. A draft Statement of Work (SOW), and draft CDRLs.



ADDITIONAL INFORMATION



A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a “Secret” Facility Clearance and “Secret” safeguarding of classified information under this contract.



The contract vehicle is anticipated to be a Single Award (SA) Indefinite Delivery Indefinite Quantity (IDIQ) with the LOE estimated at 857,049.60 man-hours for the five year ordering period.



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.



ELIGIBILITY



The applicable NAICS Code for this requirement is 541330 with a Small Business Size standard of $38.5 Million. The Product/Service Code (PSC) for this effort is K020, Modification of Equipment – Ship and Marine Equipment. The requirement is currently being performed by BAE Systems, Inc. under contract N00421-20-D-0117.



Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of this cost-type contract.



SUBMISSION DETAILS



Interested businesses are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch.



Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items:




  1. What type of work has your company performed in the past in support of the same or similar requirement? This should include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft SOW.

  2. Can or has your company managed a task of this nature? If so, please provide details.

  3. Can or has your company managed a team of subcontractors before? If so, provide details.

  4. What specific technical skills does your company possess which ensure capability to perform the tasks outlined in the draft SOW?

  5. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods.

  6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc.

  7. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.

  8. Include in your response your ability to meet the Facility and Safeguarding requirements outlined above.



In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications and ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).



To assist the Government in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.



Your response to this Sources Sought shall be electronically submitted to Melissa Pohler and Kyle Pennini in either Microsoft Word or Portable Document Format (PDF) via email at Melissa.a.pohler.civ@us.navy.mil and Christopher.k.pennini.civ@us.navy.mil.



The deadline for response to this request is 05 January 2024, 5 pm (1700) Eastern Standard Time.



Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.



No phone calls will be accepted.



Questions may be submitted via email to Melissa.a.pohler.civ@us.navy.mil and Christopher.k.pennini.civ@us.navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.


Attachments/Links
Contact Information View Changes
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

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 >