Maryland Bids > Bid Detail

Regional Maritime Awareness Capability (RMAC) IDIQ Follow-On (NAWCAD / DAiTA Group)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159952794984213
Posted Date: Jul 13, 2023
Due Date: Jul 27, 2023
Solicitation No: 1301091500
Source: https://sam.gov/opp/019f774d76...
Follow
Regional Maritime Awareness Capability (RMAC) IDIQ Follow-On (NAWCAD / DAiTA Group)
Active
Contract Opportunity
Notice ID
1301091500
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 13, 2023 09:12 am EDT
  • Original Published Date: Jul 13, 2023 07:48 am EDT
  • Updated Response Date: Jul 27, 2023 02:00 pm EDT
  • Original Response Date: Jul 27, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 11, 2023
  • Original Inactive Date: Aug 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N099 - INSTALLATION OF EQUIPMENT- MISCELLANEOUS
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

Sources Sought Synopsis:





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.





Requirement Overview:





The Department of the Navy, Naval Air Warfare Center Aircraft Division, and the Digital Analytics Infrastructure & Technology Advancement (DAiTA) Group, is seeking sources to support the Regional Maritime Awareness Capability (RMAC) Program. Contractor support includes all aspects of transferring a capability to include full installation of sensors and systems, maintenance of those systems, operational support, and training.





The core component for most RMAC efforts is the U.S. Navy/Coast Guard developed STING software. The contractor will be required to install, operate, and maintain this software and integrate new sensors and other systems in support of OCONUS and CONUS requirements.



However, STING isn’t the only system that is supported by the RMAC program. In some cases, the contractor will be required to install and support other existing partner nation systems as well as third party commercial systems.





Although the original requirements for this program were in support of CONUS Range Support Operations, the current workload is almost entirely overseas in support of surveillance efforts and partner assistance.





In CONUS locations, the STING software is used to support range surveillance for multiple locations in support of Navy, Air Force, Space Force, National Aeronautics and Space Administration (NASA) and commercial facilities around the nation. OCONUS efforts support Department of State and Department of Defense objectives of “Building Partner Capacity” worldwide.





The services required will include but are not limited to system and sensor installations, communication equipment installation and support, site preparations and modifications, electrical analysis and troubleshooting, basic electrical installations and repairs, system architecture and design, system engineering, sensor and system analysis, sensor & system integration, hardware analysis and testing, hardware and software maintenance, information assurance, information security, subsystem analysis, system integration with subsystems, laboratory and field testing, system operations, remote system monitoring & maintenance, data analysis, software development, site surveys, logistics support, shipping, purchasing, inventory control and management, technical documentation, training, basic technology research, project management, and program management.





The contractor will be required to conduct installation, maintenance and operation of new and existing RMAC systems; development and testing of modifications to existing systems; and development, integration, and installation of customized system components.





Work under this contract will include any services related to any phase of planning, development, engineering, design, procurement, site preparation, installation, testing, training, operating, and maintaining as identified herein in support of the RMAC program.







Requirement Classification:



It is anticipated a solicitation will be issued reflecting an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five year ordering period. The NAICS code is 541990 and a Product Service Code (PSC) of N099. This office anticipates awarding a contract for the required services in the September 2024 timeframe. This sources sought will help to determine whether this requirement can be set aside for small business. All qualified companies are encouraged to respond. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being used by the government to obtain information regarding industry’s ability to provide products and services.





Attachments:



In order to facilitate industry’s understanding of this requirement, the following documents are attached:





Draft Performance Work Statement (PWS)



Responses:



Interested parties are requested to submit a response of no more than 20 pages demonstrating their capability to perform the services listed in the attached PWS. This document will be segregated into several distinct sections and shall address, as a minimum, the following:





Section (1): 2 pages



Shall include the title of the Draft PWS which you are applying to, company profile to include number of employees, office location(s), DUNS number, and a statement regarding current small/large business status based on the NAICS referenced above. Additionally, a list of Government points of contacts and current telephone numbers to confirm facts presented in Section 2 along with relevant contract numbers and organizations supported.





Section (2): 10 pages



Shall include a summary which discusses prior/current corporate experience performing efforts of similar size and scope, indication of whether company X worked as a prime or subcontractor, and a brief description of how the referenced contract relates to the services described herein; 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; management approach to staffing this effort with qualified personnel; statement regarding capability to obtain the required industrial security clearances for personnel; company’s ability to perform more than 50% of the work; and company’s ability to begin performance upon contract award. Can or has your company managed a task of this nature before?





Section (3): 5 pages



As an ID/IQ contract, the amount of work will vary greatly throughout the period of performance. The level of effort for each of the labor categories is unpredictable. No labor category will be guaranteed a minimum, or maximum, amount of work. There may be periods where there are very few requirements, followed by periods of multiple, overlapping task orders. The Government recognizes the potential challenges that a company may have to sustain a workforce during periods with limited requirements and difficulty to staff qualified personnel during periods of increased workload. Provide comments to specifically address your company’s ability to manage this type of ID/IQ contract. How does your company plan to handle periods of limited work? How does your company plan to handle surges?





Section (5): 2 pages



Provide comments regarding any unduly restrictive aspects of the PWS, which may prevent your organization from submitting a competitive bid. Additionally, provide any questions which you may have about the PWS, requirement, and acquisition strategy.





The capability statement package shall be sent by email to karly.n.kosa.civ@us.navy.mil. Submissions must be received by email no later than 2:00 p.m. Eastern Standard Time on 27 July 2023. Questions or comments regarding this notice may be addressed to Karly Kosa via email at Karly.n.kosa.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 email address.


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 >