Federal Bid

Last Updated on 16 Jul 2019 at 10 PM
Sources Sought
Patuxent river Maryland

Sources Sought for 5.4.4 Technical and Engineering

Solicitation ID N00421-16-R-0033
Posted Date 30 Mar 2017 at 2 PM
Archive Date 16 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Patuxent river Maryland United states 20670

ANNOUNCEMENT:

The Government anticpates releasing the RFP no later than third quarter FY17 in Seaport-e. The Govenment is not accepting any questions at this time.


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

Title: Sources Sought for 5.4.4 Technical and Engineering

INTRODUCTION

The Naval Air Warfare Center, Aircraft Division (NAWCAD) Integrated Combat Environments (AIR-5.4.4), Patuxent River, Maryland is requesting information and conducting market research to identify and determine if there are potential sources which have the capabilities to provide  technical and engineering  (T&E) services in support of its teams, laboratories, and projects . This Sources Sought is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time.

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 Naval Air Systems Command (NAVAIR), headquartered at Patuxent River NAS, provides products and full life-cycle support for naval aviation weapons systems, including research, design, development, test and evaluation, training, and in-service engineering.  The Naval Air Warfare Center Aircraft Division (NAWCAD) is a product center within NAVAIR that is the steward of the ranges, test facilities, laboratories, and aircraft necessary to support the Fleets requirements.

The Naval Air Warfare Center, Aircraft Division (NAWCAD) is chartered with the assessment and evaluation of weapon systems life cycle compatibility, survivability, and vulnerability in relation to Electromagnetic Environmental Effects (E3).  The Integrated Battlespace Simulation and Test (IBST) Department, Integrated Combat Environments (ICE) Division, has been established to provide the expertise and simulation facilities necessary to conduct research, development, test and evaluation (RDT&E) and E3 design support, and design support for the assessment of both tactical and strategic weapon systems and their associated support systems.  This currently includes, but is not limited to, the E3 of Nuclear Electromagnetic Pulse (NEMP), Lightning EMP (LEMP), Electrostatic Discharge (ESD), Precipitation Static (P-Static), Electromagnetic Compatibility, TEMPEST, the Naval Electromagnetic Radiation Facility (NERF) and its testing of High Intensity Radiated Fields (HIRF), Hazardous Electromagnetic Radiation (HERO/F/P), and other electromagnetic transients (EMT).

REQUIRED CAPABILITIES

AIR 5.4.4.6 Electromagnetic Effects Branch is the resource manager charged with developing and providing E3 test capabilities and resources to support military standard testing in support of E3 requirements validation and the NAVAIR airworthiness process.  These requirements are continuous and ongoing and require a contracted work force, one that is already trained, experienced, and engrained with the best business practices to meet current and future test commitments. The contractor shall provide uninterrupted E3 engineering and technical services, including material and supplies necessary to support the requirements in the draft Performance Based Work Statement (PBSOW) attached to this announcement (Attachment 1).  The contractor shall provide a detailed capability statement and staffing plan to demonstrate experience with E3 facilities development and management, E3 facilities operations and maintenance, and the other specific requirements  documented in applicable documents listed in the PBSOW.

 

ELIGIBILITY

The appropriate Product Service Code (PSC) is AJ42. The North American Industry Classification System (NAICS) Code is 541330 with a Small Business Size of $32.5 Million.

SUBMISSION DETAILS (CABILITIES STATEMENT)

Interested businesses shall submit responses electronically to the Contract Specialist, Sabana Moore-Barnes, in Microsoft Word or Portable Document Format (PDF) at [email protected] no later than 2:00 pm Eastern Standard Time on 27 May 2016. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.

Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Vendor responses shall include the following administrative information:

1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address.  

2.Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern.

3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status.

4. 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.

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. Statement regarding capability to obtain the required industrial security clearances for personnel. 

7. Company's ability to perform more than 50% of the work

8. Company's ability to begin performance upon contract award.

All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements.

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 Nov 2011 at 11 PM
Dearborn Michigan 28 May 2010 at 8 PM
Bannister Michigan 22 May 2012 at 12 PM

Similar Opportunities

Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Washington District of columbia 22 Feb 2029 at 5 AM (estimated)