Maryland Bids > Bid Detail

NOTIFICATION OF INTENT FOR IT ENTERPRISE ENGINEERING, OPERATIONS, AND HOSTING SERVICES FOR NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159849471351757
Posted Date: May 22, 2023
Due Date: May 29, 2023
Source: https://sam.gov/opp/2b5dfe7b80...
Follow
NOTIFICATION OF INTENT FOR IT ENTERPRISE ENGINEERING, OPERATIONS, AND HOSTING SERVICES FOR NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD)
Active
Contract Opportunity
Notice ID
Related Notice
N00421-22-RFPREQ-724000A-0126
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
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 22, 2023 09:28 am EDT
  • Original Response Date: May 29, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DC01 - IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

In reference to the upcoming solicitation, N0042123R0022 NAVAIR/NAWCAD IT Enterprise Engineering, Operations, and Hosting Support Services, the following represents the latest status and intent of the Government.



NOTICE: ALL INFORMATION PRESENTED IS CONSIDERED DRAFT AND NOT FINAL UNTIL THE RELEASE OF THE FINAL SOLICITATION.



THIS IS FOR INFORMATIONAL PURPOSES TO AID INDUSTRY IN UNDERSTANDING THE INTENT OF THE GOVERNMENT WITH REGARD TO THE SUBJECT SOLICIATION



*************************************************************************************



The Government has not made a final determination on the acquisition approach for this procurement including if this requirement will be procured under SeaPort or as a Single Award Indefinite Delivery Indefinite Quantity Contract.



*************************************************************************************



The Government would like to thank Industry for their response to our previous communications and to the DRAFT PWS. After reviewing the comments and questions, the Government is taking this opportunity to address some of the questions, comments, concerns, and interpretations. The following are in no particular order and represent a combination of the responses.



Topic 1: TOP SECRET // Sensitive Compartmented Information (TS//SCI) Performance



The Government felt the need to provide clarification on the TS//SCI performance and specifically the statement regarding “generation and/or delivery of TS//SCI data products”. This contract will include requirements for the access and handling of TS//SCI data. This contract will not require the generation and delivery of TS//SCI data or products. This contract will require working in, having access to TS//SCI data, networks or systems that store or transport that data, or the facilities in which TS//SCI work is being performed. Additionally, the contractor may perform functions that are the result of action plans developed in response to TS//SCI. For example, reviewing TS//SCI level cyber threat data and taking actions to secure networks or systems to reduce vulnerability. Industry is reminded that these actions and circumstances do not automatically result in the “generation and/or delivery of TS//SCI data products”. This contract does not contain any work that will result in the generation or delivery of any actual pieces of data or a product that will contain intelligence information or contain information from which the data source and/or intelligence gathering methods can be derived.



TOPIC 2: TS//SCI Personnel



At this time, the Government does not intend to include personnel with active TS//SCI clearances in the Day 1 Staffing Matrix. The Government currently anticipates that TS//SCI clearances won't be required for at least 60-90 days after initial contract award. The specific requirements for which labor categories will require a TS//SCI clearance will be specified at the TO/Technical Direction level.



TOPIC 3: Contractor Site Requirements



The Government has decided that the PWS will be revised and the Contractor Site requirements for storage/warehousing of Government property will no longer be included in this requirement. The



Government will provide further clarification on the remaining requirements more akin to traditional office spaces.



TOPIC 4: Contractor Site Requirements – Performance Locations



The Government has defined in the PWS the specific functions that are anticipated to be supported by a local facility to NAS Patuxent River. This does not mean that the entirety of the personnel that are performing under the classification of “Contractor Site” will be required to perform at that local facility. It is the Contractor’s responsibility to determine the appropriate performance location of the remaining “Contractor Site” requirements whether at the local facility, an alternate Prime or sub-contractor location, or full-time telework based on their unique approach regardless of physical distance from NAS Patuxent River.



TOPIC 5: Utilization of Government Vehicles



The Government will be revising the PWS to include language to allow the Contractor the use of Government vehicles for the transportation of IT equipment between performance locations. The language will specify that the Government vehicle will be stored and maintained at NAS Patuxent River.



TOPIC 6: Network Environment Background Information



It was noted that the DRAFT PWS did not reference specific networks, labs, and environments in a high-level of detail. The Government’s intent is for the PWS to be network, system, and environment agnostic and focus on the tasking and outcomes regardless of the environments. With the ever-expanding use of software defined networks and other data environments that are accessible across different domains, the differentiation or segregation between distinct physical networks (i.e. NMCI, RDT&E, etc.) and the tasking associated with them is becoming less and less unique with the principle difference becoming solely how the environment is utilized and by whom. The Government determined that the PWS was not the appropriate place to include in-depth background information. However, the Government, as they did previously for the source sought, intends to include a Section L Attachment that will provide relevant background information for the purpose of the proposal.



TOPIC 6: Section L&M Information



The Government will attempt to, but cannot guarantee, release the Day 1 Staffing Matrix prior to the release of the DRAFT RFP. The Government does not intend to provide any other information on Section L or M until release of the DRAFT RFP.



TOPIC 7: CSWF Codes



In some of the labor categories listed in Paragraph 3.4.5 of the DRAFT PWS, the Government identifies multiple Relevant CSWF Codes. The Government recognizes the considerable overlap in the skill sets and qualifications between the different CSWF codes. Therefore, in order to provide the Contractor with the maximum flexibility to fill positions, the Government is not limiting certain labor categories to one CSWF code. The Contractor will be able to select a CSWF code from the list included under the applicable labor category. Employees are not required to meet the requirements of all the relevant CSWF codes listed for that labor category. Thus, Paragraph 3.4.2 of the DRAFT PWS states “in at least one relevant Cybersecurity specialty area as defined by each category.”



Topic 8: Evaluation of Affiliates and Subsidiaries



The Government has previously provided draft language regarding how Joint Ventures will be evaluated under this procurement. The Government recognizes the potential for future questions regarding this topic in respect to Alaskan Native, Native Hawaiian, or other Native Indian corporate organizations and their associated subsidiaries and/or affiliate companies. The Government is taking this topic into consideration when drafting the RFP.



*************************************************************************************



Finally, based on the maturity level of our Section L and M and the overall solicitation, the Government is now ending the informal communications period. The Government will not support further informal one on one discussions regarding this requirement. All future requests for information or questions will be handled formally and must be coordinated through the NAWCAD Procurement Group Points of Contact: Lauren Dennison at lauren.a.dennison.civ@us.navy.mil or Jenny Hanson at jennifer.t.hanson2.civ@us.navy.mil. Any requests, formal or informal, sent verbally or via any other method of communication directly to any employee of the requiring organization will be denied.


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

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 >