The RFP Database
New business relationships start here

CI&IDS Ship, Air, and Combat Integration


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

INTRODUCTION

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 the required products and/or services.


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 Combat Integration & Identification Systems (CI&IDS) Division is the In-Service Engineering Agent (ISEA) for the U.S. Navy.


The CI&IDS Division, Patuxent River, St. Inigoes, is engaged in the design, development, integration, test and evaluation, installation, fielding, certification, production, maintenance, and logistics support of Combat Identification; Non-Cooperative Target Recognition (NCTR); Air Traffic Control (ATC) equipment, systems and subsystems; and advanced technologies development. The purpose of this contract is to provide the CI&IDS Division with the technical services essential to these mission functions in the field of Navy/DoD/commercial activity Combat Identification and ATC systems.


This is a follow-on re-compete of the installation and production requirements of N00421-15-D-0005 an Indefinite Delivery Indefinite Quantity (IDIQ) contract with cost-plus-fixed-fee type task orders. The remaining requirements of N00421-15-D-0005 will be competed separately. This follow-on contract is anticipated to be an IDIQ contract with a five-year ordering period. The incumbent is J.F. Taylor, Inc.


Place of Performance: Contractor Site (80%), Government Site (20% Webster Field, St. Inigoes, MD and a warehouse located in Willows Run, Lexington Park, MD).


REQUIRED CAPABILITIES


The Contractor will provide technical and integration support services to the AD-4.11.2 for systems integration and production. A draft Statement of Work (SOW), draft CDRLs, and estimated Level of Effort (LOE) 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 "Secret" Facility Clearance and "Secret" safeguarding of classified information under this contract.


The contract vehicle is anticipated to be a Single Award (SA) Indefinite Delivery Indefinite Quantity (IDIQ) with the LOE estimated at 240,000 man-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 $41.5 Million. The Product/Service Code (PSC) for this effort is K058, Modification of Equipment-Communication, Detection, and Coherent Radiation Equipment. 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 small businesses 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.


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 Kelsey Buell and Jonathan Igwebueze in either Microsoft Word or Portable Document Format (PDF) via email at kelsey.buell@navy.mil and stacey.macmillan@navy.mil.


The deadline for response to this request is 27 September 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 kelsey.buell@navy.mil and stacey.macmillan@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 3017570480, 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