Posted: Dec. 9, 2020, 6:43 a.m. EST
Amendment 0010 This is only applicable to Offerors who previously submitted a revised proposal in response to Amendment 0009.
This is not a request for revised proposal submissions; the Government requests each Offeror review the solicitation amendment in Section A for specific instructions regarding the completion and submission of a signed SF33 and assertion to FAR 52.204-24.
The Government appreciates Offeror's patience as the source selection process continues. At this time, as indicated on the NAWCAD LRAF published on 30 June 2020, the Government anticipates contract award to occur during FY2021 QTR 1
Posted: Sept. 4, 2020, 10:50 a.m. EDT
Posted: Sept. 4, 2020, 10:45 a.m. EDT
Posted: April 9, 2020, 3:11 p.m. EDT
Posted: April 1, 2020, 1:23 p.m. EDT
Posted: April 1, 2020, 1:05 p.m. EDT
Posted: Nov. 22, 2019, 10:52 a.m. EST
Posted: Nov. 21, 2019, 11:24 a.m. EST
Posted: Nov. 20, 2019, 3:57 p.m. EST
Posted: Nov. 15, 2019, 10:56 a.m. EST
Posted: Nov. 14, 2019, 2:59 p.m. EST
Posted: Nov. 14, 2019, 2:50 p.m. EST
Posted: Oct. 24, 2019, 2:36 p.m. EDT
Posted: Oct. 17, 2019, 2:35 p.m. EDT
Posted: Oct. 9, 2019, 4:06 p.m. EDT
Posted: July 26, 2019, 8:59 a.m. EDT
Posted: June 22, 2018, 9:48 a.m. EDT
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.
INTRODUCTION
The Naval Air Warfare Center - Aircraft Division (NAWCAD), AIR-2.5.1.3 at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide Irregular Air Platform Engineering (IAPE) in support of the integration of airborne capabilities to include, but not limited to, sensors, communications systems, weapons systems, and control technologies for a variety of manned and unmanned airborne platforms. The scope also includes, but is not limited to, program management, research, analysis, design, parts and materials procurement, installation/integration, test and evaluation, user/maintainer training, and on-demand operational support of urgent limited objective experiments which provide support for and enable the completion of the integrations. Further detail is provided in the Draft Statement of Work (SOW) attached to this synopsis (Attachment 1). This is not a follow-on contract.
ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINSS SET-ASIDE OPPURTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGOREIS WILL BE CONSIDERED.
PROGRAM BACKGROUND
The Department of Navy (DoN), Naval Air Warfare Center Aircraft Division (NAWCAD) Advanced Concepts and Rapid Transition Division (AD-4.11.6) provides the rapid insertion and transition of advanced technologies, systems, sensors, and weapons to enable programs of record, as well as deliver direct insertion of capabilities to meet urgent fleet needs. AD-4.11.6 is responsible for a number of advanced technology development, engineering, implementation, and fielding projects for the Department of Defense (DoD). These responsibilities include project management, research of both basic and applied applications, evaluation of new technologies, development of cutting edge systems, and administrative tasks to support the Government in performing these tasks.
REQUIREMENTS
See Attachment 1, Draft SOW and Attachment 2, Draft Hours. If your company has any questions about the SOW, 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 1.
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 potential offerors 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 "Top 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 $38.5 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 AC15 - Defense System: Aircraft (Operational Systems Development)
PLACE OF PERFORMANCE
Place of Performance
Percentage of Total Effort
% On-Site Government
% Off-Site Contractor
NAS Patuxent River
70%*
15%
85%
Webster Field (NAS Patuxent River Annex)
15%
100%
0%
Yuma, AZ Proving Grounds
15%
100%
0%
*While the Government estimates that 70% of the total effort will be performed at NAS Patuxent River, it is possible that the contractors offsite location is not at NAS Patuxent River, please refer to Draft SOW paragraph 3.1.2.3
ANTICIPATED PERIOD OF PERFORMANCE
It is anticipated that the resultant contract will have a 5 year ordering period.
ANTICIPATED CONTRACT TYPE
This requirement is anticipated to be a Single Award Indefinite Delivery Indefinite Quantity (SA IDIQ) Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE), Cost-Plus-Fixed-Fee (CPFF) Completion, and Firm-Fixed-Price (FFP) Level of Effort (LOE) Labor CLINs. The Government anticipates cost reimbursable Other Direct Cost (ODCs) for travel and material. Additionally, it is anticipated that this procurement will include a requirement for Flight Hours which will have associated Firm-Fixed Price Level of Effort (LOE) and Firm-Fixed Price Completion CLINs.
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 ability to perform the effort listed in the attached Draft SOW, Attachment 1. This documentation must address, at a minimum, the following:
1. Title of the SOW to which you are responding;
2. 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;
3. 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;
4. If a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW;
5. 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;
6. Management approach to staffing this effort with qualified personnel;
7. Statement regarding capability to obtain the required industrial security clearances for personnel;
8. Company's ability to meet the requirements in the Facility and Safeguarding requirements;
9. Company's ability to begin performance upon contract award;
10. Details of the company's ability to manage a task of this nature;
11. Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements;
12. 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, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein.
13. 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 3.3.1-3.3.7 of the draft SOW Technical Requirements. If the company finds itself not capable to perform all parts of the SOW, 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 Benjamen.morgan@navy.mil and Carolyn.emmart@navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on 9 July 2018. Questions or comments regarding this notice may be addressed to Benjamen Morgan and Carolyn Emmart via email at Benjamen.morgan@navy.mil and carolyn.emmart@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.
Background
The solicitation amendment, Amendment 0010, is directed at offerors who previously submitted a revised proposal in response to Amendment 0009. The government is not requesting revised proposal submissions but asks each offeror to review the solicitation amendment in Section A for specific instructions regarding the completion and submission of a signed SF33 and assertion to 52.204-24. The government anticipates contract award to occur during FY2021 QTR 1, as indicated on the NAWCAD LRAF published on 30 June 2020.
Work Details
The contract, titled AIR-4.11, N00421-19-R-0003 Irregular Air Platform Engineering supporting AD-4.11.6, involves irregular air platform engineering support. The specific tasks and services to be completed under the contract are detailed in the SOW (Statement of Work) provided in the document N00421-19-R-0003 Amendment 0009 Conform.pdf.