This announcement is not a Request for Proposals (RFP), and constitutes only a
sources sought for a potential solicitation.
Naval Warfare Information Center, Pacific
(NIWC PAC) is seeking small business firms
with current relevant knowledge, experience
and capability to provide services to assist
the project in its execution of development,
testing, production, sustainment and
technical support of TACAMO Ground
Communications - Mobile systems. The
support includes developmental technology
in, and demonstration of High-Altitude
Electromagnetic Pulse (HEMP) hardening
processes, testing, Hardness Maintenance
and Hardness Surveillance (HM/HS)
activities. This requirement is for a company
capable of building an enclosure that meets
the High Altitude Electromagnetic Pulse
(HEMP) requirements as outlined in MIL-
STD-188-125-2. MIL-STD-188-125-2
contains the technical requirements and
design objectives for high-altitude
electromagnetic pulse protection of ground-
based systems and facilities that are nodes
in HEMP-hardened networks for performing
critical and time-urgent command, control,
communications, computer, and intelligence
(C4I) missions. The requirements are
stringent, in order to avoid both damage
and functional upsets that prevent mission
accomplishment within operationally
prescribed timelines. Performance,
acceptance test, and verification test
requirements are also contained in the body
of the standard. All test results must be
reviewed and certified by USSTRATCOM and
DTRA for NC3 nuclear survivability
missions. Systems required to fully comply
with the provisions of the standard are
designated by the Joint Chiefs of Staff. The
standard applies to both new systems and
modifications of existing systems. The
services will include at a minimum the
following areas: Management, Hardware
Engineering, Software Engineering,
Configuration Management, Logistics, and
Testing. The primary systems and efforts to
be supported under this contract are listed
below. Any replacement, follow-on or
interrelated system shall be covered by this
SOW. Work will be performed at operational
platform sites, located in the continental
United States (CONUS).
A DRAFT Statement of Work (SOW) and
Market Survey (MS) for Service
Procurements by the Government are
attached to this Market Survey Notice.
The potential level of effort for the total
requirement is approximately 6.87 Full Time
Equivalents per year (1 FTE = 1,920 hours).
The North American Industry Classification
System (NAICS) Code is 332311
Prefabricated Metal Building and Component
Manufacturing, and the Small Business size
standard is 750 number of employees.
Interested small business firms are invited
to respond to this sources sought
announcement by providing a Relevant
Contract Experience Matrix (not to exceed
13 pages) that addresses the areas of
emphasis in the attached Market Survey
(MS) for Services Procurements. The
attached MS for Services Procurements
sets forth the requirements for response
submission. A determination as to whether
a potential acquisition will be a set-aside or
full and open competition will be based
upon responses to this notice. Capability
information is to be submitted via electronic
transmission in the time specified within the
MS. NIWC PAC may not evaluate offeror
submissions that do not comply with the
submission instructions. NIWC PAC will
evaluate offeror submissions that comply
with the submission instructions using the
following criteria: breadth, depth and
relevancy of experience as it relates to the
work envisioned in the Draft SOW as further
specified in the Governments attached MS
for Services Procurements. If insufficient
responsive qualified 8(A) firms indicate
interest, the Navy will review responsive
qualified small business firms for issuance
of a competitive small business set-aside
solicitation. If insufficient qualified small
business firms indicate interest, the Navy
may procure the services through
unrestricted full and open competition. Each
respondent to this notice will be notified in
writing of the set-aside or unrestricted
decision made for this procurement. Please
direct any questions and transmit capability
information to the Contracts Specialist,
Ashley Yosuico Krasnoff at ashley.yosuico
@navy.mil.
THIS NOTICE IS FOR INFORMATION AND
PLANNING PURPOSES ONLY, AND IS NOT
TO BE CONSTRUED AS A COMMITMENT BY
THE GOVERNMENT. THIS IS NOT AN RFP
AND NO CONTRACT WILL BE AWARDED
FROM THIS ANNOUNCEMENT. NO
REIMBURSEMENT WILL BE MADE FOR ANY
COSTS ASSOCIATED WITH PROVIDING
INFORMATION IN RESPONSE TO THIS
ANNOUNCEMENT AND ANY FOLLOW-UP
REQUESTS FOR INFORMATION.
Point of Contact - Ashley Y Krasnoff, Contract Specialist, 619-553-4516
Contract Specialist