Innoslate Development and Systems Engineering Support

expired opportunity(Expired)
From: Federal Government(Federal)
N0017821R4412

Basic Details

started - 13 Apr, 2021 (about 3 years ago)

Start Date

13 Apr, 2021 (about 3 years ago)
due - 30 Apr, 2021 (about 3 years ago)

Due Date

30 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
N0017821R4412

Identifier

N0017821R4412
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE NAVY (156349)NAVSEA (28025)NAVSEA WARFARE CENTER (18882)NSWC DAHLGREN (1879)

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.

This Sources Sought is being posted to the website at https://beta.sam.gov/.  It is understood that this is the single point of entry for posting of Synopsis, and Solicitations to the Internet.The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure Innoslate software development and integration, model-based systems engineering, and mission & risk analysis utilizing Innoslate.  This requirement is in support of the Missile Systems Engineering & Integration Branch – Model-Based Digital Systems Engineering Team.  This effort will be solicited in accordance with other than full and open competition with Systems and Proposal Engineering Company (SPEC).  SPEC is the only organization capable of modifying and enhancing the Innoslate software.  SPEC developed the Innoslate software internally and owns all rights to the software.  SPEC has not authorized resellers and does not allow other vendors to
modify their software.This requirement will be solicited in accordance with the authority of 10 U.S.C. 2304(c) (1) and FAR Part 6.302-1(a) (2) (iii), "Only One Responsible Source."  Only SPEC has the specialized knowledge and expertise to support this effort. Specifically, SPEC is the only organization capable of supplying and modifying the Innoslate software and related schemas.  The contract will be for Innoslate software development and integration, model-based systems engineering, and mission & risk analysis utilizing Innoslate.  Responsible sources may identify their interest and capability which shall be considered by the agency. This notice is NOT a request for competitive proposals. A determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.Firms interested in subcontracting opportunities should contact Systems and Proposal Engineering Company directly. It is anticipated that the solicitation will be issued on or around 15 November 2021 and will be open for 45 days. Contract award is anticipated approximately around 15 September 2022.Request for Capability Statements:Capability statements are requested to determine if a small business set-aside can be made.  All small businesses capable of fully satisfying the requirements described above and outlined in the attachment should submit capability statements/expressions of interest providing the Government the necessary information to determine actual capability. Capability statements shall not exceed fifteen (15) pages and shall include the following items:(1) A company profile including CAGE Code and DUNS number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business);(2) A complete description of the offeror's capabilities relating specifically to the attached Draft SOW, specifically addressing relevant experience and understanding of the work for which this acquisition will support;(3) A complete description of the offeror’s ability to meet the mandatory requirements defined in the Draft SOW;(4) Business / contracts / marketing office point(s) of contact;(5) A summary of specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services/materials provided, the dollar value of the effort, and the contract number;(6) Any additional information that may be useful to the successful procurement of the requirements, if solicited.(7) Interested Offeror(s) shall identify any potential “similarly situated entity” arrangements being considered. A “similarly situated entity” means a first-tier subcontractor, including an independent contractor, which has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.  If “similarly situated entity” subcontracting is contemplated, the capability statement shall contain detailed information concerning the planned “similarly situated entity” subcontracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting (DEVIATION 2019-O0003), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.  Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded.Capability statements shall adhere to a fifteen (15) page submission limit, plus any commercial marketing information, brochures, or web links. General statements, not supported by the specific information requested above, will not be considered responsive.Questions or clarifications: All questions are to be submitted via email to the Contract Specialist: carmell.beard@navy.mil and Contracting Officer: Amy T. Richards, amy.t.richards@navy.mil, with email title to include: "Innoslate Development and Systems Engineering Support - N00178-21-R-4412" in subject line.Capability Statements shall be provided by e-mail to carmell.beard@navy.mil and amy.t.richards@navy.mil no later than 1400 EST on 30 April 2021.  Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal.Electronic responses must be in Microsoft Word® or Adobe Acrobat® formats and the font size shall not be smaller than 10 point.NOTE: This Sources Sought is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice.Point of Contact is Carmell Beard, carmell.beard@navy.mil..

USALocation

Place Of Performance : USA

Country : United States

You may also like

Engineering Services Roster - Electrical & Systems Engineering (Transportation)

Due: 08 May, 2024 (in 19 days)Agency: City of Victoria

Consulting Engineering Service for Lynn Headwaters Regional Park

Due: 23 Apr, 2024 (in 3 days)Agency: Professional engineering services

Consulting Engineering Service for Lynn Headwaters Regional Park

Due: 23 Apr, 2024 (in 3 days)Agency: Metro Vancouver

Please Sign In to see more like these.

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

Classification

naicsCode 541330Engineering Services
pscCode AC33National Defense R&D Services; Defense-related activities; Experimental Development