Systems Engineering Support

expired opportunity(Expired)
From: Federal Government(Federal)
SYSENGFY23

Basic Details

started - 03 Oct, 2022 (18 months ago)

Start Date

03 Oct, 2022 (18 months ago)
due - 08 Sep, 2022 (19 months ago)

Due Date

08 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
SYSENGFY23

Identifier

SYSENGFY23
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE NAVY (156405)NAVAIR (14248)NAVAIR NAWC AD (6971)NAVAL AIR WARFARE CENTER AIR DIV (3879)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

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.

                                                                ******NOTICE TO INDUSTRY******This UPDATE is to notify Industry that the Government intends to continue this requirement as a Total Small Business Set-Aside utilizing PSC: AC14 and NAICS: 541715.           Please be advised this update is for informational purposes only and does not re-activate this Sources Sought for submissions.        *********************************************************************************                                          UPDATE OF SOURCES SOUGHT NOTICE ID: N00421-22-R-0182*****This UPDATE is being provided to notify industry of the Government’s intent to revise its strategy by continuing this procurement under NAICS code, 541715 vice 541330.  In addition, the Government is providing a draft Statement of Work (SOW) for reference to further define tasking.  Please note that this SOW is a substantial rewrite of previously provided version.Any information contained in this UPDATE and
within SOW supersedes the original and previously updated Sources Sought Notice, entitled, “Systems Engineering Support”. ******INTRODUCTIONThe Naval Air Warfare Center - Aircraft Division (NAWCAD) Systems Acquisition Group, Systems Engineering Department, at Patuxent River, MD announces its intention to procure one (1) contract with approximately 50 task orders, on a competitive basis for systems engineering contractor support services in support of Naval Air Systems Command (NAVAIR). The services are currently being performed by SAIC of 43880 Commerce Ave, Hollywood, MD 20636 under N00421-18-D-0017; APC of 22111 Three Notch Rd, Lexington Park, MD 20653 under N00421-18-D-0016; and Tekla Research Inc. of 46610 Expedition Dr #201, Lexington Park MD 20653 under N00421-18-D-0015.  The purpose of this Sources Sought is for Market Research.PLACE OF PERFORMANCEThese services are anticipated to be performed at:NAS Patuxent River, MD* - On-Site: 30%; Off-Site: 70%*Other potential locations include: Marine Corps Air Station (MCAS) Cherry Point, NC; and NAVAIR Lakehurst, NJ and/or at a secure contractor facility (other locations may be determined during performance). The contractor shall perform services at contractor facilities located within 30 miles of the Naval Air Station (NAS), Patuxent River, MD with the exception of occasional meetings to be held at NAS Patuxent River, MD.  Travel and associated per diem shall not be authorized to and from the duty station. DISCLAIMERTHIS 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 BACKGROUNDThe Systems Engineering Department (SED) of the Naval Air Warfare Center Aircraft Division (NAWCAD) performs systems engineering associated with the full life cycle of a weapon system from concept development to disposal and is applied to all Naval Aircraft (Tactical, Vertical Lift, Maritime, UAV's, Targets and advanced weapons), Foreign Military Sales (FMS) and support systems.  The department carries out its work by providing uniquely qualified technical personnel to Integrated Program Teams, Externally Directed Teams and by conducting enterprise programs.  The department encompasses air vehicle-related systems engineering and technical domains including Aviation/Ship Integration, Air Platform Stores Integration, Mass Properties, Combat Survivability, Metrology, and System Product Integrity.The SED requires systems engineering support of weapons systems on various platforms managed by Integrated Product Teams (IPT’s) and organized by Program Management Air (PMA’s) at NAVAIR.  Systems engineering management and technical functions to be performed under this contract are in the following technical domain areas:  Air Platform System Engineering, Aviation/Ship Integration, Systems Safety, Air Platform Stores Integration, Mass Properties, Aircraft & Weapons Combat Survivability, Aerospace and Combat Survivability Technology Research & Development, Metrology, and Manufacturing & Quality. ANTICIPATED PERIOD OF PERFORMANCEThe anticipated period of performance includes a five (5) year ordering period.  The anticipated start date is 4th Quarter 2023.ANTICIPATED CONTRACT TYPEThe contract type is anticipated to be Cost Plus Fixed Fee, with an estimated total Level-of-Effort of approximately 3,090,240 man-hours (based on 1,920 hours per year) over a period of five years. The procurement is planned to be a single award Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with up to 50 task orders.REQUIREMENTSRequirements are defined within the draft SOW.  Draft SOW can be found as an attachment to this notice.Please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work in terms of cost of performance in accordance with FAR Clause 52.219-14.ELIGIBILITYThe Product Service Code (PSC) for this requirement is R425; the NAICS is 541715. All interested businesses are encouraged to respond.  Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside.  As such, all eligible SB/SDVOSBs/8(a)/etc. are encouraged to respond. The responses to 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 addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation.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 minimum) demonstrating ability to perform the services within the SOW. *Any vendor who has previously submitted a capability statement for this Sources Sought should submit a supplemental capability statement (no more than five (5) pages in length).This documentation must address, at a minimum, the following: Prior/current corporate experience performing efforts of similar size and scope within the last five years including:Contract numberOrganization supportedIndication of whether as a prime or subcontractor (if company is the prime identify any team arrangements and/or team of subcontractors managed simultaneously)Contract typeContract values (value of the prime contract and if applicable, the value of your subcontract if you were not the prime)Identify number of PMA’s supportedGovernment Point of Contact with current telephone numberBrief description of how the referenced contract relates to the services described within the SOW.Provide details on your intended management approach of a contract of this magnitude.How you will staff this effort with qualified personnel; keeping in mind this contract is anticipated to have up to 50 task orders and over 320 Full-Time Equivalent (FTE) Engineers at various locations?How will any unused, prior year labor hours and funding be handled?How will communication with the government and employees be handled from onboarding to departure?Statement regarding capability to obtain the required TS/SCI facilities clearances for personnel.Describe your company’s ability to perform the tasking outlined in the SOW for the 5-year period.  (FAR 52.219-14 applies to Small Business concerns).Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc.Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern under the NAICS code identified for this requirement.All responses must include the following information:  Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.The capability statement package shall be sent by email to Tiffany Corbett at tiffany.l.corbett.civ@us.navy.mil and Catherine Sheaffer at catherine.v.sheaffer.civ@us.navy.mil.   Submissions must be received no later than 10:00 a.m. Eastern Standard Time on 08 September 2022.  Questions or comments regarding this notice may be addressed to Tiffany Corbett at tiffany.l.corbett.civ@us.navy.mil.  No phone calls will be accepted.THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.  It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.

,
  20670  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Patuxent River

You may also like

IT AND RADIO SYSTEM SUPPORT

Due: 31 Aug, 2026 (in about 2 years)Agency: FEDERAL ACQUISITION SERVICE

OCIO- IT SERVICES SYSTEM ENGINEERING

Due: 30 Sep, 2024 (in 5 months)Agency: FEDERAL EMERGENCY MANAGEMENT AGENCY

Provision of Asset Management System and Support for a Period of 36 Monhts

Due: 02 May, 2024 (in 12 days)Agency: Nquthu Local Municipality

Please Sign In to see more like these.

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

Classification

naicsCode 541715Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
pscCode AC14National Defense R&D Services; Department of Defense - Military; R&D Administrative Expenses