Weapons Systems Integration and Software Support Services

expired opportunity(Expired)
From: Federal Government(Federal)
N6893614R0108

Basic Details

started - 28 Apr, 2017 (about 7 years ago)

Start Date

28 Apr, 2017 (about 7 years ago)
due - 15 May, 2017 (about 7 years ago)

Due Date

15 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
N6893614R0108

Identifier

N6893614R0108
Department of the Navy

Customer / Agency

Department of the Navy

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Apr 10, 2014 7:36 pm INTRODUCTION

The Naval Air Warfare Center Weapons Division (NAWCWD) Contracts Department (2543000D), China Lake, CA is seeking information for potential sources regarding Weapons Systems Integration and Software Support Services (WSISS) previously procured with the intention of procuring the services on a competitive basis. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business.
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 Naval Air Warfare Center Weapons Division (NAWCWD) is the weapons systems integration and software support activity for Navy aircraft Integrated Product Teams (IPTs) and Program Support Offices within NAWCWD. IPTs and Program Support Offices currently operating at NAWCWD include the F/A-18, AV-8, AH-1, Joint Strike Fighter (JSF), and Unmanned Systems (UxS). Other airframes or related systems may be assigned to the NAWCWD in the future. The mission of each IPT and Program Support Office is to provide research, development, test, evaluation, systems integration, and programmatic support for weapons systems and associated tactical computer systems embedded within or carried on their aircraft, including related systems and support equipment. The proposed contract will support all elements of this mission.
The scope of work performed by the NAWCWD in performance of this mission can be summarized into the following five general areas:
1. Aircraft Weapons and Systems Engineering, Integration, Analysis, and Testing
2. Software Development, Programming, and Testing (primarily computers embedded within the aircraft)
3. Program Planning, Control, and Administration (IPT support)
4. Design, Assembly, Integration, and Operation of Test and Simulation Laboratories (also known as a WSSF, Weapons Systems Support Facility) and Flight Trainers/Simulators
5. Aircraft Test Instrumentation and Telemetry Support, Design, Installation, and Integration (including flight test support).
CONTRACT BACKGROUND
This requirement is a follow-on procurement to a competitively-awarded Small Business Set-Aside contract N68936-11-D-0001 (NAICS Code 336411, 1500 employees), which is currently being performed by DCS Corporation. The existing contract is a term type, hybrid contract consisting of Cost Plus Fixed-Fee and Firm-Fixed Price contract line items (CLINs) . The current level of effort for this contract is 274 full-time equivalents (FTEs) across 13 active task orders. This contract is due to expire 30 November 2015.
This contract is available at http://foia.navair.navy.mil.
REQUIRED CAPABILITIES
The Government requires a contractor capable of performing and managing a wide variety of engineering, technical, programmatic, and administrative support services in an aircraft platform-specific, Integrated Product Team (IPT) environment. The nature of the services required consists of weapon system and software engineering, development, test & evaluation, analysis, and integration; flight test scheduling and support, configuration, database, and document management, foreign military sales, and general program management and administrative services.
The Government estimates that this effort will consist of 2,636,517 hours of effort over a five year period.
The Government anticipates that a successful solution for these services consists of the following:
1. Capability to perform SOW tasking.
2. Personnel Management: The Government desires a contractor with a local managerial presence capable of effectively staffing for and managing to the Statement of Work (SOW) requirements using the correct personnel with the appropriate skill levels and certifications. The contractor should provide evidence of the personnel type necessary to perform the functions of the SOW as well as any managerial plans the contractor uses for matching personnel to SOW requirements.
3. History of Successful Performance: The Government desires a contractor with a proven history of managing service contracts similar in scope and effort as defined in the draft SOW. Contractors should provide past performance information including previous contracts and dollar values as well as reference information for those contracts to include, name, contract number, phone number and email address. Please indicate what sections of the SOW correspond to the past performance information. If the work was accomplished as a prime contractor, please indicate the percentage of work subcontracted. If the work was performed as a subcontractor, indicate the dollar value and percentage of work performed.
4. Capability to provide personnel for services required outside of the continental United States.
5. Capability for organizational reach back for subject matter experts that have experience/training/educational background in the disciplines stated in the SOW.
SPECIAL REQUIREMENTS
Any resulting contract is anticipated to have a security classification level of Top Secret. Contractor shall describe their plan to accomplish 51percent of the LOE if proposing a teaming arrangement.
SUBMISSION DETAILS
Interested businesses shall submit responses in Microsoft Word format (version 1997-2003) via e-mail to: john.faria@navy.mil.
Please submit all questions to John Faria at john.faria@navy.mil or alternatively at (760) 939-3728. No phone or e-mail solicitations with regards to the status of the RFP will be accepted prior to its release.
E-mail responses shall be received at this office no later than 4:00 P.M. Eastern Standard Time on 21 April 2014 and reference this synopsis number on both the e-mail subject line as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
Interested businesses should submit a brief capabilities statement package of no more than 15 pages in length (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to perform those services listed in the Requirements Capability section of this document.
Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, Company Cage Code, Company DUNS Number, and Points-of-Contact (POC) including name, phone number, fax number, and e-mail address.

Added:
Aug 14, 2014 10:27 am This notice is to provide industry feedback regarding the Sources Sought notice posted on 11 April 2014. The Naval Air Warfare Center Weapons Division, China Lake (NAWCWD) received 7 responses to the Sources Sought from Small Businesses. 6 of the 7 responses were evaluated to be capable of performing this requirement based on the information provided. At this time, the Procurement Contracting Officer (PCO) has determined a set-aside for Small Businesses is appropriate to have adequate competition and the NAVAIR Office of Small Business Programs concurs. The Request for Proposal release date is anticipated to be the 2nd quarter of FY15. The anticipated award date is the 1st quarter of FY16.

Added:
Jan 22, 2015 1:19 pm This notice is to provide industry feedback regarding Weapons System and Integration Support Services (WSISS) Requirement for the Naval Air Warfare Center Weapons Division, China Lake (NAWCWD). The Request for Proposal (RFP) release date is anticipated to be the 3rd quarter of FY15. The anticipated award date is the 1st quarter of FY16.

Added:
Apr 21, 2015 10:40 am
This notice is to provide updates regarding the Weapons System and Integration Support Services (WSISS) Requirement for the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA. The Request for Proposal (RFP) release date is anticipated to be the 1st quarter of FY16. The anticipated award date is the 3rd quarter of FY16. Additionally, this notice is updating the Primary and Secondary Points of Contact to Caitlin Brigdon and Henry Frohlich, respectively.

Added:
Jul 16, 2015 6:21 pm This notice is to provide updates regarding the Weapons System and Integration Support Services (WSISS) Requirement for the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA. The sources sought originally stated "The Government estimates that this effort will consist of 2,636,517 hours of effort over a five year period". The Government now estimates that "this effort will consist of 3,435,595 hours over a five year period". The Request for Proposal (RFP) date is anticipated to be the 1st quarter of FY16. The anticipated award date is the 3rd quarter of FY16.

Added:
Oct 29, 2015 4:55 pm This notice is to provide updates regarding the Weapons System and Integration Support Services (WSISS) Requirement for the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA. The Request for Proposal (RFP) date is anticipated to be the 2nd quarter of FY16. The anticipated award date is the 4th quarter of FY16.

Added:
Jan 12, 2016 4:15 pm This notice is to provide updates regarding the Weapons System and Integration Support Services (WSISS) Requirement for the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA. The Request for Proposal (RFP) date is anticipated to be the 3rd quarter of FY16. The anticipated award date is the 1st quarter of FY17.

Added:
Feb 25, 2016 2:07 pm This notice is to provide updates regarding the Weapons System and Integration Support Services (WSISS) Requirement for the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA. The Request for Proposal (RFP) date is anticipated to be the 1st quarter of FY17. The anticipated award date is the 3rd quarter of FY17.

Added:
Oct 12, 2016 6:50 pm This notice is to provide updates regarding the Weapons System and Integration Support Services (WSISS) Requirement for the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA. The Request for Proposal Date is anticipated to be the 1st quarter of FY17. The anticipated award date is the 4th quarter of FY17.

Added:
Jan 18, 2017 4:37 pm The purpose of this synopsis modification is to issue a DRAFT RFP for NAWCWD's Weapons and Systems Integration Services (WSISS) contract.

The intent of this DRAFT RFP is to improve communication with industry; identify overly restrictive terms and conditions; enhance prospective offerors' understanding of the Government's requirement; address errors or inconsistencies in the solicitation package; and improve proposal quality.
The Government is under no obligation to alter any aspect of its solicitation based on industry input.
Potential offerors are encouraged to provide the Government comments and questions, no later than 03 February 2017 by 17:00 Pacific Standard Time (PST).

Added:
Mar 08, 2017 1:17 pm The purpose of this synopsis modification is to inform potential offerors of the Government's intent to release a Request for Proposal (RFP) for NAWCWD's Weapons and Systems Integration Services (WSISS) contract.

The WSISS IV Request for Proposal (RFP) is anticipated to be released during the week of March 20-24, 2017.
This synopsis modification is intended for informational purposes only; however, any questions or concerns may be addressed to the cognizant contract specialist, Lauryn Petty at Lauryn.Petty@navy.mil or PCO Team Lead, Henry Frohlich at Henry.Frohlich@navy.mil.

Added:
Mar 23, 2017 6:59 pm The purpose of this synopsis modification is to inform potential offerors of the Government's intent to release a Request for Proposal (RFP) for NAWCWD's Weapons and Systems Integration Services (WSISS) contract.

The WSISS IV Request for Proposal (RFP) is anticipated to be released during the week of March 27-31, 2017.
This synopsis modification is intended for informational purposes only; however, any questions or concerns may be addressed to the cognizant contract specialist, Lauryn Petty at Lauryn.Petty@navy.mil or PCO Team Lead, Henry Frohlich at Henry.Frohlich@navy.mil.

Added:
Mar 29, 2017 7:27 pm The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA is issuing a Request for Proposal for an Indefinite Delivery Indefinite Quantity (IDIQ), Cost Plus Fixed Fee (CPFF), Level of Effort, Task Order, five-year contract as a small-business set aside for Weapons and Systems Integration Services.
Industry comments from the draft Request For Proposal (RFP) were considered and addressed in the final RFP if appropriate.
Offerors may submit questions requesting clarification of solicitation requirements by emailing the contract specialist at lauryn.petty@navy.mil. It is required that all questions be received within 10 calendar days of the date this solicitation is issued.


Added:
Apr 04, 2017 7:30 pm The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA is issuing an amendment to the Weapons and Systems Integration Services (WSISS) IV RFP to update the Section J list of attachments, provide access to the DD254 and Contract Data Requirements List (CDRL)s, and answer contractor questions.

Added:
Apr 24, 2017 7:59 pm The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA is issuing amendment #2 to the Weapons and Systems Integration Services (WSISS) IV RFP to correct errors found in the RFP, update attachments L-4 and L-5, and answer contractor questions.

Added:
Apr 25, 2017 8:10 pm The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA is issuing amendment #3 to the Weapons and Systems Integration Services (WSISS) IV RFP to extend the timeframe for offerors to submit past performance information and update the questions and answers section.

Added:
Apr 28, 2017 6:36 pm The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA is issuing amendment #4 to the Weapons and Systems Integration Services (WSISS) IV RFP to update a section L clause.. Section M, PART A: GENERAL INFORMATION, 2.0 EVALUATION PROCESS shows the Government's intent to award without discussions. The section L clause 52.215-1 Alt 1 has been replaced with clause 52.215-1 to align with section M.

China Lake, CA and Point Mugu, CA United StatesLocation

Place Of Performance : China Lake, CA and Point Mugu, CA United States

Country : United StatesState : California

You may also like

On-Call Systems Engineering Services

Due: 26 Oct, 2027 (in about 3 years)Agency: Maryland Transit Administration

NEW TASK ORDER FOR IT SYSTEMS ENGINEERING AND INTEGRATION SUPPORT SERVICES

Due: 24 Jun, 2024 (in 2 months)Agency: OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

336 -- Transportation Equipment Manufacturing/336411 -- Aircraft Manufacturing