The RFP Database
New business relationships start here

Technical, Engineering Products, and Software Services


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

 


 


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.


 INTRODUCTION


MARKET SURVEY- Request for Information (RFI): The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement. This Sources Sought Notice focuses on identifying capabilities in the market place and resources to support this requirement, as well as obtaining related technical information for the procurement of the products and services listed below. Large and small businesses are requested to respond to this RFI.


The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330 with a Small Business Size Standard $41.5 M. The Product Service Code (PSC) is J058, Maintenance, Repair, and Rebuilding of Equipment- Communication, Detection, and Coherent Radiation Equipment.


 


PROGRAM BACKGROUND


The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Air Traffic Control & Landing Systems (ATC&LS) Division in St. Inigoes, MD is engaged in the design, development, integration, test, evaluation, installation maintenance, configuration management, and logistic support of the ATC&LS Division and equipment. Services support is provided for the United States Marine Corps Future Systems and other Future and Fielded ATC&LS, including, but not limited to the Combat Reporting Center (CRC) Simulation Package (CSP); Air Traffic Navigation, Integration, and Coordination Systems (ATNAVICS); Fleet Area Control and Surveillance Facility (FACSFAC) Air Control Tracking System (FACTS), comprised of the AN/FYK-39 and OJ-753; Data Collection Scheduling Tool (DCAST); Integrated Range Status System (IRSS); Tactical Aircraft Control and Navigation System (TACAN) AN/TRN-47(V) and AN/URN-32; AN/SPN-46 Automatic Carrier Landing Systems (ACLS); Joint Precision Approach and Landing System (JPALS); AN/SPN-35 Precision Approach Radar (PAR); AN/SPN-41/41A/41B Instrument Carrier Landing System (ICLS); AN/SPN-43C Air Surveillance Radar (ASR); AN/SPN-50(V)1 ASR; AN/TPX-42 CATCC/AATC Direct Altitude and Identity Readout (DAIR); AN/SYY-1(V) ATC System; Standard Terminal Automation Replacement System (STARS); Air Defense System Integrator (ADSI); Air 02 Digital Audio Data Recorder (DADR) System; ILS GRN-33; ICLS FRN-49; MQ-25 Unmanned Carrier Aviation Mission Control System (UMCS); Precision Global Positioning System (GPS); and similar ATC systems.


This is a follow-on re-compete of the installation and production requirements of N00178-04-D-4079 M802 an Indefinite Delivery Indefinite Quantity (IDIQ) contract with cost-plus-fixed-fee type task orders. This follow-on contract is anticipated to be an IDIQ contract with a five-year ordering period. The incumbent is Lockheed Martin Integrated Systems, Inc.


Place of Performance:  80% Government Site NAWC WOLF St. Inigoes, MD and 20% Contractor Site. However, the Contractor may be required to travel to various equipment installation sites to meet Fleet requirements.


 


 REQUIRED CAPABILITIES


The Contractor shall provide technical engineering products and support services to AD-4.11.7 in support of the United States Marine Corps Future Systems and other future and fielded ATC&LS to include various similar ATC systems. 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 417,600 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


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


Requested information: The Government requests the following information from parties interested in responding to this Sources Sought Notice. Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items:


 

•a.)    Company Name, Address, CAGE Code, DUNS;

•b.)    Responses Point of Contact name, telephone number, email address, and website URL;

•c.)    Tailored information describing company capabilities, resources, experience that demonstrate an ability to provide the items described above;

•d.)    Business Size, Special Size Sub-Category, and Type of Ownership for the Company;

•e.)    Feedback and questions regarding the feasibility or challenges for providing the items described above.


 


The information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. The Government will evaluate market information to ascertain potential market capacity to:


 

•a.)    Provide services consistent with those described in this notice and otherwise anticipated;

•b.)    Based on the responses to this Sources Sought Notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition.


 


The Government is interested in all businesses to include, Large Businesses, Small Businesses, Small Disadvantaged Businesses 8(a)s, Service Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. All interested businesses are encouraged to respond.


 


Submission Instructions:


Interested parties who consider themselves qualified to provide the above-listed items should respond to this Sources Sought Notice, Responses are required to be received no later than  08  November 2019, 2 pm (1400) Eastern Standard Time.


Interested 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. Telephone inquiries will not be accepted or acknowledged, and all feedback will be provided to companies regarding their submissions via an Amendment to this RFI. Please be advised that all submissions become Government property and will not be returned.  Following the date of response submission, the Government may contact respondents to seek clarification of submitted information.  


All responses to this Sources Sought Notice shall be electronically submitted to Terry Miller and Stacey MacMillan in either Microsoft Word or Portable Document Format (PDF) via e-mail at terry.miller@navy.mil or stacey.macmillan@navy.mil .


The Government WILL NOT PAY for any information received in response to the Sources Sought Notice nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any cost incurred by interested companies in response to this announcement are NOT considered allowable direct charges to other contracts or tasking.


Proprietary and Limited Distribution: Proprietary information and trade secrets, if any, must be clearly marked on all materials.  It is incumbent upon parties providing responses to this Sources Sought Notice to identify all data contained within that is proprietary or has limited distribution requirements. All information marked as proprietary information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities.  


There is no solicitation at the current time and NO FUNDING IS AVAILABLE for contractual efforts. This Sources Sought Notice does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal and should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately to award a contract. Any questions concerning this opportunity must be submitted via email to terry.miller@navy.mil and stacey.macmillan@navy.mil .  


Terry Miller, Contract Specialist, Phone 3017377588, Email terry.miller@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