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.
Any resultant solicitation will be released on the Federal Business Opportunities (FEDBIZOPPS) website at https://www.fbo.gov/ and at the NAVAIR homepage at https://www.navair.navy.mil/ under business opportunities, open solicitations. Prior to that, a pre-solicitation will be released on FEDBIZOPPS. It is the responsibility of the potential offerors to monitor these sites 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 CONTRACTAS 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, Patuxent River, MD announces its intention to procure on a competitive basis, technical and engineering services to support the advanced research and development, systems engineering, and life-cycle support of electronics, communications, and information systems for Ship & Air Integration Warfare (SAIW) Division, AIR-4.11.3. These services are currently being performed by Booz Allen Hamilton (BAH) under contract N00178-04-D-4024-M803. The existing task order is a Cost Plus Fixed Fee effort. This task order is due to expire 31 January 2018.
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 services 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 Product Service Code (PSC) for this requirement is AC63 -Research and Development: Defense Electronics and Communication Equipment; the North American Industry Classification System (NAICS) code is 541330 Engineering Services with a size standard of $38.5 million. All interested small businesses are encouraged to respond with a capabilities statement.
PROGRAM BACKGROUND
NAWCAD SAIW Division at St. Inigoes provides engineering and technical services to support the advanced research and development, systems engineering, and life-cycle support of electronics, communications, and information systems. These services are provided in response to tasking from Department of Defense, and other U.S. Government organizations. Efforts span the entire systems and equipment life cycle from initial needs assessment to sustainment and disposal. SAIW Division is integrally involved in the design, production, and support of the end items. The contractor shall apply best commercial practices in support of SAIW Division's tasks under this contract. This includes advanced research and development support, engineering and technical support, quality management support and technical management support of final end item products. The scope of the contract encompasses rapidly developed engineering designs for end products intended for immediate operational use, and may include strategic and tactical airborne, land-based, mobile, sea-based surface and sub-surface, space-based platforms, systems, subsystems, and components.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance includes a 5 year ordering period. The anticipated start date is 27 February 2018.
ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be Single Award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Reimbursable and Cost Plus Fixed Fee (CPFF) type task orders. The estimated total level of effort is approximately 750,000 man-hours (based on 1,920 hours per year) over a period of five years. These services shall be performed on-site (50%) at Naval Air Station Patuxent River, MD, off-site (50%) at the contractor's facility, located within 45 miles of St. Indigoes, MD.
REQUIREMENTS
See Attachment 1, Draft Statement of Work (SOW).
Labor categories anticipated to execute the contemplated services are included in the attached draft SOW.
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, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(a)(l) and HUBZone Small Businesses (FAR 52.219-3(d)(1). 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.
Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardee 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 perform the services listed in the attached SOW. This documentation must address, at a minimum, the following:
The capability statement package shall be sent by email to [email protected]. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on Thursday 3 March 2016. Questions or comments regarding this notice may be addressed to Jon Large 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.