The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation.
A Pre-solicitation Notice with regards to this requirement will be released on the FedBizOpps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
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 (AIR-2.5.1.11) at Patuxent River, MD announces its intention to procure, on a sole-source basis, the Smartronix Omega Software Suite which is an integral component of the Atlantic Test Range Telemetry Branch's Realtime Telemetry Processing System (RTPS); Remote Telemetry Data System; and Postflight Data Lab. Contractors shall provide the OMEGA-DATA-ENVIRONMENT (ODE) and OMEGA-NExT software, developed by Smartronix, which is being used by the Atlantic Test Range, Telemetry Branch for classified and unclassified telemetry and onboard data visualization, analysis, and distribution. This software is currently being provided by Smartronix, Inc. of Hollywood, MD under N00421-14-P-0567. The existing contract is a Firm Fixed Price type. This contract is due to expire 1 August 2015.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the software described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
ELIGIBILITY
The PSC for this requirement is D319; the NAICS is 541519 with a size standard of $27.5 million. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance includes a base period of 12 months and 2 one-year options for a total performance period of 3 years. The anticipated start date is 1 August 2015.
ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be Firm Fixed Price (FFP). This software shall be utilized on-site at Naval Air Station Patuxent River, MD Atlantic Test Range.
REQUIREMENTS
See attached Requirements List.
In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14.
The successful awardees will also be required to have a Government approved accounting system upon contract award.
SUBMITTAL INFORMATION
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the software listed in the attached Requirements List. This documentation must address, at a minimum, the following:
The capability statement package shall be sent by mail to AIR-2.5.1 Contracts, Jennifer L. Lundburg, Code 2.5.1.11.6, Building 441, 21983 Bundy Road, Patuxent River MD 20670 or by facsimile to (301) 995-0792 or by email to [email protected]. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 05 June 2015. Questions or comments regarding this notice may be addressed to Jennifer L. Lundburg at (301) 342-3806 or via email at [email protected].
All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.