The Space and Naval Warfare Systems Center, Pacific (SSC PAC) Special Projects and
Electronics Systems Branch, Code 41170, has a requirement to provide execution
of
sustainment and technical support of Special Projects and Electronic systems.
Specifically, SSC Pacific provides Management, Hardware Engineering, Software
Engineering, Configuration Management and Logistics support. The support
includes
experimental, demonstration, and developmental technology for the U.S. Navy,
e.g.
Naval Mine and Anti-Submarine Warfare Command, SPAWAR Program Executive
Offices,
Commander Third Fleet (C3F), Naval Sea Systems Command, Naval Facilities
Command,
Department of Homeland Security, Customs and Border Protection, and other
Government activities.
The following systems and support services will be required under this
contract.
Systems/Services are listed in order of importance:
Advanced Wireless Systems (AWS) Microwave Communication
Submarine LF/VLF Receiver (SLVR)
Submarine Electronic Surveillance Systems and ancillary sub-systems (AN/WLR-8,
AN/BRD-7)
Command, Control, Communications, Computers & Intelligence (C4I) System
Technology
Upgrades and Sustainment Services
Military Construction C4I Support
Audio Visual/Video Teleconferencing Support
This acquisition is a follow-on effort to a Multiple Award Contract (MAC) with
a similar
scope to this effort. The incumbent contract numbers are
N66001-13-D-0046/0047. The
incumbent contractors are Science Applications International Corporation (SAIC)
and
Serco Inc. The ordering period of the predecessor MAC is 26 June 2013 to 24
December
2018. The NAICS code for this potential procurement is 541330, and the service
code is
J059.
A market survey to determine small business capability was posted on SPAWAR E-
Commerce Central on 18 December 2017 under reference number MKTSVY_147A8E.
After thorough review of the small business respondents' capabilities, SSC
Pacific intends
to solicit the requirement SSC Pacific intends to solicit the requirement using
full and
open competition, with a reserve included for one (1) or more awards for SB if
one (1) or
more SB prime contractors are found to represent the best value to the
Government,
both in terms of technical capability and cost reasonableness. The SSC PAC
Small
Business Office (SBO) concurred with the acquisition strategy decision on 12
March 2018.
SSC PAC intends to issue a solicitation (RFP N66001-18-R-0110) for a multiple
award,
Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract with Cost Plus Fixed
Fee (CPFF)
CLINs for Services, Cost Reimbursement Contract Line Item Numbers (CLINs) for
Other
Direct Cost (ODC) inclusive of travel. The ODC CLINs will be non-fee bearing.
The
contract is expected to have a base period of three years, with two two-year
option
periods. This proposed contract has security requirements at the Top Secret
level. The
annual estimated level of effort is 66,500 hours per year with a 7-year total
estimated
level of effort of 465,920 hours. The North American Industry Classification
System
(NAICS) Code is 541330 Engineering Services with a size standard of $38.5
million.
THE ATTACHED DOCUMENT (STATEMENT OF WORK) PROVIDES CRITICAL INFORMATION
APPLICABLE TO THE SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSALS. THIS IS
FOR INFORMATIONAL PURPOSES ONLY.
The estimated release date of the solicitation is fourth quarter of FY 2018.
Electronic
copies of the solicitation, when released, will be available for download via
the Space and
Naval Warfare Systems Command E-Commerce Web Page at https://e-
commerce.sscno.nmci.navy.mil under SSC PACIFIC - Open Solicitations. Hard copy
versions of the RFP and any subsequent amendments will not be available. Firms
are
encouraged to review the website regularly for important solicitation
information.
For questions concerning this action, contact Melissa Tell, Contract
Specialist,
melissa.tell@navy.mil.
Point of Contact - Melissa Tell, Contract Specialist, 619-553-5726; David Odom, Contracting Officer, 619-553-1513
Contract Specialist