The RFP Database
New business relationships start here

NAWCAD-WOLF- RAPID MAC


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 AMENDMENT 4: 

Pre-Solicitation Conference Announcement in support of Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF)


  THIS NOTIFICATION IS BEING MADE TO PROVIDE PARTICIPANTS WITH THE MAXIMUM AMOUNT OF TIME FOR SCHEDULING AND MAKING TRAVEL ARRANGEMENTS.
 THE DRAFT REQUEST FOR PROPOSAL, INCLUDING UCF SECTIONS A - M, WILL BE PUBLISHED NOVEMBER 6, 2019 (ANTICIPATED).

  

PROGRAM BACKGROUND

NAWCAD WOLF located at St. Inigoes, MD provides engineering, integration, and mission support services to numerous Navy, Joint, and coalition forces worldwide utilizing numerous platforms and integrated capabilities. This effort will provide engineering design, tailored systems engineering, and product acquisition in the development, integration, and fielding of solutions for warfighting capability gaps. The scope includes the application of rapid development, rapid prototyping, and organic Lead Systems Integration (oLSI) in the development of product-based solutions in areas to include Combat Integration & Identification Systems, Ship & Air Integrated Warfare Systems, Special Communications Mission Solutions, Air Traffic Control & Landing Systems, Airborne Systems Integration, and Integrated Command and Control.

 

The Rapid Acquisition Prototyping Integration and Development (RAPID) MAC will consist of the following six (6) pools from which Task Order may be awarded.

Pool 1: Systems Accreditation and Certification:
THIS POOL WILL BE SET-ASIDE FOR SMALL BUSINESS

This focus area includes the identification and analysis of information technologies, cyber resiliency, security, risk posture, and documentation development in support of cyber accreditation and certification for information systems and Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems. Efforts range across the lifecycle of the projects from cyber requirements generation, cyber hardening, cyber auditing, documentation development, accreditation, to continuous monitoring of new or existing systems. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.


 Pool 2: Command and Control (C2) Solutions:
This focus area is composed of tasking to support arrangement of personnel, equipment, communications, facilities, and procedures employed in planning, directing, coordinating, and controlling forces and operations. Including requirements analysis, evaluation, studies and analysis, cyber hardening, engineering design, configuration management, prototyping, integration, production, test and evaluation, logistical support, training, documentation, and fielding of systems encompassing communications systems, networking, and computing technologies. Efforts can range from new technology insertion to retrofit of existing systems into modular and/or fixed infrastructure systems. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.

Pool 3: Aviation Systems Development and Operations:
This focus area includes requirements analysis, evaluation, studies and analysis, cyber hardening, engineering design, configuration management, prototyping, integration, test and evaluation, logistical support, documentation, airworthiness, and flight operations of manned and unmanned systems to support development, demonstration, and operations of various technologies. Efforts could include installation of new technologies into new or existing airframes, verification, demonstration and evaluation, to sustained operations. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.

Pool 4: Shipboard Combat Systems
This focus area includes development, integration, testing, documentation, and fielding of various technologies onto shipboard combat systems. Efforts can range from new technology insertion to retrofit of existing systems. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.

 

 Pool 5: Embarkable Systems:
This focus area includes requirements analysis, evaluation, studies and analysis, cyber hardening, engineering design, configuration management, prototyping, integration, production, test and evaluation, logistical support, training, documentation, and fielding of Command, Control, Communications, Computers, Combat Systems, Surveillance and Reconnaissance technologies. Efforts can range from new technology insertion to retrofit of existing systems into man pack, transit case, vehicle, or fixed infrastructure systems. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.

 
Pool 6: Airborne Mission Systems:
This focus area includes requirements analysis, evaluation, studies and analysis, cyber hardening, engineering design, configuration management, database support, integration, production, test and evaluation, logistical support, training, documentation, airworthiness, flight operations, and fielding of Airborne Mission Systems to the warfighter. Efforts can range from new technology insertion to retrofit of existing systems onto manned and unmanned air vehicles, ground or ship based support systems, or man transportable systems. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.

 

As a continuation of the postings made in connection with Sources Sought, this notice, will provide all future postings and information in regard to the RAPID MAC acquisition.

 

The anticipated applicable North American Industry Classification Systems (NAICS) code for this requirement is 541330 "Engineering Services", with a size standard of $41.5 M and the Product Service Code (PSC) of D399 "IT and Telecom - Other IT and Telecommunications." The selected codes represent the majority type of work anticipated for RAPID MAC. This effort is currently estimated at more than $100M.

 

NAWCAD at Patuxent River, MD (PAX) will host a Pre-Solicitation Conference for the RAPID MAC. The Pre-Solicitation Conference is scheduled for December 4, 2019 from 8:00 AM - 12:00 PM (Noon) at:

University Systems of Maryland at Southern Maryland Center Hall, Building II, 44219 Airport Road, California, MD 20619

 

Purpose: Provide an overview of the Draft RFP and to facilitate Government and industry communication with the intent of promoting a better understanding of the Government's requirement. Active industry participation in the review of the DRAFT RFP is encouraged and interested parties will be allowed to ask the Government questions.

 

Attendees: Each company or joint venture is limited to two (2) attendees.

 

Questions: A company or joint venture shall use the attached Question/Response Form, to submit questions to the Government. Questions shall be submitted by e-mail to the primary and secondary point of contacts by November 20, 2019 at 12:00 PM (Noon). Questions submitted by the date and time will be addressed at the Pre-Solicitation Conference. New questions may be submitted during the Conference. However, they may or may or may not be addressed during the Pre-Solicitation Conference.

 

Registration Instructions for the Pre-Solicitation Conference: Send an e-mail to the primary and secondary point of contacts listed in this announcement by November 20, 2019 at 12:00 PM (Noon) with a completed registration form, which is attached to this announcement. A completed registration form should contain the name of the company, business size (under NAICS 541330, CAGE code, and the name(s) and title(s) of the attendee(s) (up to two (2) attendees only). 

PRIMARY POC Email:    kelsey.buell@navy.mil
Secondary POC Email:  stacey.macmillan@navy.mil



Additional Instructions:
 
1. All attendees will be required to sign in to the Pre-Solicitation Conference based the registration e-mails received by November 20, 2019 at 12:00 PM (Noon).

2.  Space permitting, if the Company you are representing is not included on the registration list and/or your name is not included as an attendee, blank registration forms will be provided. Companies and attendees who register on the day of the Pre-Solicitation Conference can only have up to two (2) attendees (this is a total number of attendees allowed for each company or joint venture).

3.  Space permitting, attendees who are late will be allowed to attend, but must register.

4.  Blank question forms will be provided for the Companies to submit questions. 

5.  Only complete questions will be considered by the Government. Questions that do not provide a Company Name, CAGE Code, Size Standard, and Reference will be considered incomplete. Questions received in writing during the Pre-Solicitation Conference by a Company that is not registered will also be considered incomplete and will not be answered. 

6.  Any questions unable to be answered during the Pre-Solicitation conference will be addressed via FBO post prior to the formal RFP release.

7.  All Questions and Answers (including questions received on or before November 20, 2019 and questions posed during the Pre-Solicitation Conference) will be posted to FBO after the Pre-Solicitation Conference. 

IMPORTANT NOTICE:  Due to construction on Airport Road (the road leading to the building), parking will be limited. Note that there will be NO STREET PARKING available on Airport Road. We highly recommend you make arrangements to car pool with other colleagues, if possible, given the anticipated number of attendees. Other options include parking at the Wildewood shopping plaza or St. Mary's County airport and carpooling from there.


Disclaimer: This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Government will not assume liability for costs incurred by any attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government.

 ALL QUESTIONS, COMMENTS, OR RESPONSES MUST BE RECEIVED IN WRITING TO THE E-MAIL(S) PROVIDED IN THIS POST.  QUESTIONS, COMMENTS OR RESPONSES SUBMITTED BY PHONE OR FAX WILL NOT BE ACCEPTED





Amendment 3:   Clarifications:

 Capability evaluation will be based on the  ability to execute the tasking statements associated with each Pool in Section 3.3 of the SOW/Matrix

Amendment 2: Changing the facility from "Top Secret" to "Secret."


Amendment 1 to Notice:-   Request that all previous interested parties that submitted a response to the initial sources sought, resubmit based on the revised Statement of work, Pool descriptions and PSC codes additions.


      
  ***     This is an amendment to the initial Sources sought ***
          This amendment supercedes the previous announcement


This is SOURCES SOUGHT is a market research tool to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide one or more of the services required to support the systems cited in the SOW paragraph 3
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 Rapid Capability Engineering & Integration (RCE&I) Department, Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River Code 4.11, located at St. Inigoes, MD provides engineering, integration, and mission support services to numerous Navy, Joint, and coalition forces worldwide utilizing numerous platforms and integrated capabilities. This effort will provide engineering design, tailored systems engineering, and product acquisition in the development, integration, and fielding of solutions for warfighting capability gaps. The scope includes the application of rapid development, rapid prototyping, and organic Lead Systems Integration (oLSI) in the development of product-based solutions in areas to include Combat Integration & Identification Systems (CI&IDS), Ship & Air Integrated Warfare Systems (SAIW), Special Communications Mission Solutions (SCMS), Air Traffic Control & Landing Systems (ATC&LS), and Advanced Concepts & Rapid Technology Transition (AC&RT).


This is a new requirement that might result in a Multi Award Indefinite Delivery Indefinite Quantity Contract. The Rapid Acquisition Prototyping Integration and Development (RAPID) MAC will consist of the following six (6) pools for which Task Order may be awarded from. 


Scope:

The Naval Air Warfare Center Aircraft Division (NAWCAD) Rapid Capability Engineering & Integration (RCE&I) Department (AIR-4.11) located onboard NAS Patuxent River Webster Outlying Field St. Inigoes, MD provides engineering, integration, and mission support services to numerous Navy, Joint, and coalition forces worldwide utilizing numerous platforms and integrated capabilities. These capabilities typically require integration and coordination with existing infrastructure as well as the addition of new capabilities as the mission requirements dictate. AIR-4.11 provides engineering design, tailored Systems Engineering (SE), and product acquisition in the development, integration, and fielding of solutions for warfighting capability gaps. Duties include the application of rapid development, rapid prototyping, and organic Lead Systems Integration (oLSI) in the development of product-based solutions in areas to include Combat Integration & Identification Systems (CI&IDS), Ship & Air Integrated Warfare Systems (SAIW), Special Communications Mission Solutions (SCMS), Air Traffic Control & Landing Systems (ATC&LS), and Advanced Concepts & Rapid Transition (AC&RT). Due to the rapid nature of the work performed by AIR-4.11, all phases of the acquisition life cycle are present to provide products and services from concept through fielding. Training, operational support, and life cycle sustainment support are also required for limited durations in support of emerging operational needs.

Technology focus areas include manned and unmanned systems in the air, surface, sub-surface, mobile, and fixed site domains; Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance and Reconnaissance (C5ISR) systems; radar systems; and biometric analysis systems.

The objective of this Multiple Award Contract (MA) Indefinite Quantity Indefinite Delivery (IDIQ) Contract (MAC) is support new requirements and growth across the AIR-4.11 services portfolio using a strategic sourcing vehicle. RAPID MAC contractors will be competing for Task Orders (TOs) that complement, augment, or add to the current services in the six (6) functional areas outlined below provided within the AIR-4.11 portfolio.

This MAC provides the technical products and services in the above mentioned areas under AIR-4.11's cognizance via functionally focused pools. Each pool establishes a functional area which expertise exists and includes associated efforts required to achieve mission objectives within the functional area.  

Pool 1: Systems Accreditation and Certification

This focus area includes the identification and analysis of information technologies, cyber resiliency, security, risk posture, and documentation development in support of cyber accreditation and certification for information systems and Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems.  Efforts range across the lifecycle of the projects from cyber requirements generation, cyber hardening, cyber auditing, documentation development, accreditation, to continuous monitoring of new or existing systems. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.
PSC CODE: D310- IT and Telecom- Cyber Security and Data Backup

Pool 2: Command and Control (C2) Solutions

This focus area is composed of tasking to support arrangement of personnel, equipment, communications, facilities, and procedures employed in planning, directing, coordinating, and controlling forces and operations. Including requirements analysis, evaluation, studies and analysis, cyber hardening, engineering design, configuration management, prototyping, integration, production, test and evaluation, logistical support, training, documentation, and fielding of systems encompassing communications systems, networking, and computing technologies. Efforts can range from new technology insertion to retrofit of existing systems into modular and/or fixed infrastructure systems. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.
PSC CODE: D399 IT and Telecom- Other IT and Telecommunications

Pool 3:  Aviation Systems Development and Operations  


This focus area includes requirements analysis, evaluation, studies and analysis, cyber hardening, engineering design, configuration management, prototyping, integration, test and evaluation, logistical support, documentation, airworthiness, and flight operations of manned and unmanned systems to support development, demonstration, and operations of various technologies. Efforts could include installation of new technologies into new or existing airframes, verification, demonstration and evaluation, to sustained operations. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.
PSC CODE: AC64- R&D- Defense System: Electrical/Communications Equipment (Engineering Development)

Pool 4: Shipboard Combat Systems

This focus area includes development, integration, testing, documentation, and fielding of various technologies onto shipboard combat systems. Efforts can range from new technology insertion to retrofit of existing systems.  Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.
PSC CODE: N059 Installation of Equipment- Electrical and Electronic  Equipment Componments

Pool 5: Embarkable Systems

This focus area includes requirements analysis, evaluation, studies and analysis, cyber hardening, engineering design, configuration management, prototyping, integration, production, test and evaluation, logistical support, training, documentation, and fielding of Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) technologies. Efforts can range from new technology insertion to retrofit of existing systems into man pack, transit case, vehicle. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.
PSC CODE: D399- IT and Telcom- Other IT and Telecommunications

Pool 6: Airborne Mission Systems

This focus area includes requirements analysis, evaluation, studies and analysis, cyber hardening, engineering design, configuration management, database support, integration, production, test and evaluation, logistical support, training, documentation, airworthiness, flight operations, and fielding of Airborne Mission Systems to the warfighter Efforts can range from new technology insertion to retrofit of existing systems onto manned and unmanned air vehicles, ground or ship based support systems, or man transportable systems. Cost, schedule, performance, and risk shall be maintained and reported throughout the duration of the efforts.
 PSC CODE: N059- Installation of Equipment- Electrical  and Electronic Equipment Components 

Place of Performance: Contractor Site (95%), Government Site (5%)Webster Field, St. Inigoes, MD).


REQUIRED CAPABILITIES


A draft Statement of Work (SOW) and anticipated labor categories are attached for review.


ADDITIONAL INFORMATION


A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Top Secret" Facility Clearance and " Secret" safeguarding of classified information under this contract.


The contract type is anticipated to be MAC CPFF Type with the LOE estimated 1,468,692 person-hours for the five-year ordering period.


The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.


ELIGIBILITY


The applicable NAICS Code for this requirement is 541330 with a Small Business Size standard of $38.5 Million. The Product/Service Code (PSC) for this effort is D399. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code.


Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of this cost-type contract.


SUBMISSION DETAILS


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch in any of the Pools, a combination thereof or, all of them.


Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items:


1.) What type of work has your company performed in the past in support of the same or similar requirement? This should include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft SOW.


2.) Can or has your company managed a task of this nature? If so, please provide details.


3.) Can or has your company managed a team of subcontractors before? If so, provide details.


4.) What specific technical skills does your company possess which ensure capability to perform the tasks outlined in the draft SOW?


5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods.


6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc.


7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.


8.) Include in your response your ability to meet the Facility and Safeguarding requirements outlined above.


In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications and ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).
To assist the Government in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.


Your response to this Sources Sought shall be electronically submitted to Jonathan Igwebueze in either Microsoft Word or Portable Document Format (PDF) via email at maria.mattei-chaney@navy.mil and jonathan.igwebueze3@navy.mil

The deadline for response to this request is 23 July, 2019, 2 pm (1400) Eastern Standard Time.


Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.


No phone calls will be accepted.


Questions may be submitted via email to maria.mattei-chaney@navy.mil and jonathan.igwebueze3@navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.


Kelsey Buell, Contract Specialist, Phone 3017579702, Email kelsey.buell@navy.mil - Stacey MacMillan, PCO, Phone 3017570463, Email stacey.macmillan@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP