NAWCAD-WOLF-Counter Unmanned Air Systems (C-UAS)

expired opportunity(Expired)
From: Federal Government(Federal)
N00421-20-R-0102

Basic Details

started - 06 Apr, 2020 (about 4 years ago)

Start Date

06 Apr, 2020 (about 4 years ago)
due - 20 Apr, 2020 (about 4 years ago)

Due Date

20 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
N00421-20-R-0102

Identifier

N00421-20-R-0102
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709057)DEPT OF THE NAVY (156979)NAVAIR (14274)NAVAIR NAWC AD (6984)NAVAL AIR WARFARE CENTER AIR DIV (3889)
[object Object]

SetAside

(N/A)

Attachments (29)

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.

AMENDMENT 6:The purpose of this amendment is to upload an Excel PDF file with questions and responses regarding the RFP for Counter Unmanned Air Systems (CUAS) titled CUAS RFP Q&A Amendment 4 and provide an updated RFP titled N00421-20-R-0102 Amendment 0004.AMENDMENT 5:The purpose of this amendment is to upload an Excel PDF file with questions and responses regarding the RFP for Counter Unmanned Air Systems (CUAS) titled CUAS RFP Q&A Amendment 3 and provide an updated RFP titled N00421-20-R-0102 Amendment 0003.AMENDMENT 4:The purpose of this amendment is to upload an Excel PDF file with questions and responses regarding the RFP for Counter Unmanned Air Systems (CUAS) titled CUAS RFP Q&A Amendment 2 and provide an updated RFP titled N00421-20-R-0102 Amendment 0002.AMENDMENT 3:The purpose of this amendment is to upload an Excel PDF file with questions and responses regarding the RFP for Counter Unmanned Air Systems (CUAS) titled CUAS RFP Q&A and provide an updated RFP titled
N00421-20-R-0102 Amendment 0001.AMENDMENT 2:DISCLAIMER: This is a Request for Proposal (RFP). The Government's intent is to award a Single Award (SA) Indefinite Delivery Indefinite Quantity (IDIQ) contract to the Offeror, who proposes the best overall value, with an estimated award of 21 August 2020. The contract will have a five (5) year ordering period. The resulting contract will have Cost Reimbursable and Cost Plus Fixed Fee CLINS; therefore, successful awardee will be required to have an adequate accounting system upon contract award. Proposals are due 13 April 2020 NLT 2:00 P.M. ESTThe Government will not accept or respond to telephone calls or requests for meetings with potential Offerors about this requirement. All questions regarding this procurement must be submitted via email to Brandon Reaser at brandon.reaser@navy.mil.  It is requested that all questions be received within 10 calendar days of the date this solicitation is issued. Questions received after 10 calendar days may not be answered prior to the proposal due date.   AMENDMENT 1:This is the DRAFT solicitation for contractor review and comment. THIS IS NOT A REQUEST FOR PROPOSAL. The Government may or may not respond to Contractor's comments and questions. However, it is the Government's intent to incorporate responses to Contractor comments and questions in the update to the solicitation which will be the official Request for Proposal.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. INTRODUCTIONThe Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department (AIR 2.5.1.4), Patuxent River, MD announces its intention to procure on a competitive basis the services necessary to support Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) tasking for programs sponsored by the Naval Air Systems Command (NAVAIR); Naval Sea Systems Command (NAVSEA); Naval Inventory Control Point - Mechanicsburg (NAVICP-M); other Department of Defense (DoD) activities; United States Coast Guard (USCG); commercial and Foreign Military Sales (FMS) customers; and other Government customers. Tasking includes in-service engineering support (ISEA) of Counter Unmanned Air Systems (C-UAS); engineering and characterization of system and sub-system components; integration of system and subsystem components; shipping of systems, sub-systems, components, and parts; development of training curriculum, training materials, and delivery of formal training programs; logistics engineering support; supply system management and material control; testing of C-UAS systems; repair of C-UAS systems; laboratory maintenance; quality assurance; and technical management support. The tasking may also include providing of C-UAS systems technical assistance by phone, electronic mail, or on-site aboard U.S. Navy ships, onboard shore installations, at the pertinent host country, aboard the host country's ships, in theatre locations, or at other sites as directed by the U.S. Government. Further detail is provided in the Draft Statement of Work (SOW) attached to this synopsis (Attachment 1). This is not a follow-on contract.ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINESS SET-ASIDE OPPURTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED.PROGRAM BACKGROUNDThe Combat Integration & Identification Systems (CI&IDS) Division for C-UAS is engaged in the design, development, integration, test and evaluation, installation, fielding, certification, maintenance, and logistics support of Combat Identification; Non-Cooperative Target Recognition (NCTR); Air Traffic Control (ATC) equipment, systems and subsystems; and advanced technologies development.REQUIREMENTSPlease see Attachment 1, Draft SOW and Attachment 2, Draft Hours. If your company has any questions about the SOW, or any areas that may need further explanation, please also identify those in the response.The labor category functional descriptions anticipated in execution of the contemplated effort are included in Attachment 1.As it is anticipated that resultant contract will be a cost-type effort, per FAR 16.301-3(a)(3), the successful awardee will also be required to have a Government approved accounting system upon award.All potential offeror's must either have or be able to obtain a TOP SECRET facility clearance. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a "Top Secret" Facility Clearance and a "Top Secret" Safeguarding Clearance.ELIGIBILITYThe applicable North American Industry Classification System (NAICS) Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $41.5 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) for this effort will be K058 - Modification of Equipment: Communication, Detection, and Coherent Radiation Equipment.PLACE OF PERFORMANCEGovernment Site (75% Patuxent River NAS and Webster Field, St. Inigoes, MD) and Contractor Site (25%)ANTICIPATED PERIOD OF PERFORMANCE It is anticipated that the resultant contract will have a five (5) year ordering period.ANTICIPATED CONTRACT TYPEThis requirement is anticipated to be a Single Award Indefinite Delivery Indefinite Quantity (SA IDIQ) with Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) Labor CLINs. The Government anticipates cost reimbursable Other Direct Cost (ODCs) for travel and material.SUBMITTAL INFORMATIONIt is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single-spaced, 12-point font) demonstrating ability to perform the effort listed in the attached Draft SOW, Attachment 1. This documentation must address, at a minimum, the following:1. Title of the SOW to which you are responding;2. Company profile to include number of employees, annual revenue history, office location(s), CAGE code, DUNS number, and a statement regarding current small/large business status;3. Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern;4. If a small business, provide an explanation of your company's ability or your company's ability combined with a similarly situated entity's ability to perform at least 50% of the tasking described in this SOW.5. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified;6. Management approach to staffing this effort with qualified personnel;7. Statement regarding capability to obtain the required security clearances for personnel;8. Company's ability to meet the requirements in the development, design, coding, integration, demonstration, and validation of software for embedded systems, Real Time Operating Systems, and hardware and software systems into new and legacy weapon systems, platforms, and networks with software coding using primarily low-level machine and assembly languages as well as high-level programming languages.9. Company's ability to begin performance upon contract award;10. Details of the company's ability to manage a task of this nature;11. Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements;12. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein.13. Specific technical skills your company possesses which ensures capability to perform the tasks. It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under paragraph 3.3 of the draft SOW Technical Requirements. If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work.14. The capability statement package shall be sent by email to brandon.reaser@navy.mil and stacey.macmillan@navy.mil. Submissions must be received no later than 12:00 p.m. Eastern Standard Time on 14 November 2019. Questions or comments regarding this notice may be addressed to Brandon Reaser and Stacey Macmillan via email at brandon.reaser@navy.mil and stacey.macmillan@navy.mil.No phone calls will be accepted.All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.FedBizOpps.gov (FBO) is moving to beta.SAM.gov beginning 08 November 2019. Contractors are required to have a beta.SAM.gov account in order to see RFP activity as of the transition date. Please refer to the Contractor Quick Start Guide posted on FBO's website Home Page for directions on how to navigate your account to beta.SAM.gov.

NAS Patuxent River Patuxent River,    Maryland    20670 United StatesLocation

Place Of Performance : NAS Patuxent River

Country : United States

Classification

naicsCode 541330Engineering Services
pscCode K058Modification of Equipment: Communication, Detection, and Coherent Radiation Equipment