Omega NExt / iNETTelemetry Network System Software Engineering Support

expired opportunity(Expired)
From: Federal Government(Federal)
PR1300739427

Basic Details

started - 30 Aug, 2018 (about 5 years ago)

Start Date

30 Aug, 2018 (about 5 years ago)
due - 12 Sep, 2018 (about 5 years ago)

Due Date

12 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
PR1300739427

Identifier

PR1300739427
Department of the Navy

Customer / Agency

Department of the Navy
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.

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.A Pre-Solicitation Notice with regards to this requirement will be released on the FedBizOpps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.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.INTRODUCTIONNaval Air Warfare Center Aircraft Division (NAWC-AD), Patuxent River, MD announces its intention of procurement of hardware and software maintenance of Smartronix Series 5000, x5000, and G2 Telemetry Front End (TFE) Systems, Smartronix TFE Systems, Omega-NExT software, and the Omega Data Environment (ODE) site license. The Smartronix TFE Systems and the Omega Data Environment are integral components of the Atlantic Test Range (ATR) (5.2.4.3) Telemetry Systems Branch's Real-time Telemetry Processing System (RTPS), Portable Telemetry Processing System (PTPS), and the Post-Flight Data Lab Systems.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 software 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 synopsis.ELIGIBILITYThe PSC for this requirement is D319; the NAICS is 334111. 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.ANTICIPATED PERIOD OF PERFORMANCEThe anticipated ordering period is of 15 Dec 2018 - 14 Dec 2021 (3 yrs.).ANTICIPATED CONTRACT TYPEThe contract type is anticipated to be Indefinite Delivery, Indefinite Quantity (IDIQ). This software shall be utilized on-site at Naval Air Station Patuxent River, MD Atlantic Test Range.REQUIREMENTSSee attached SOWIn addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14.The successful awardee will also be required to have a Government approved accounting system upon contract award.It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to provide the software listed in the attached Requirements List. This documentation must address, at a minimum, the following:1. Title of the requirement you are applying to;2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status;3. 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 software described herein;4. 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;5. Management approach to staffing this effort with qualified personnel;6. Statement regarding capability to obtain the required industrial security clearances for personnel;7. Company's ability to perform at least 50% of the work; and8. Company's ability to begin performance upon contract award.The capability statement package shall be sent by mail to AIR-2.5.1 Contracts, Ken Turing, Code 2.5.1.11.3, Building 441, 21983 Bundy Road, Patuxent River MD 20670 or by facsimile to (301) 995-4213 or by email to kenneth.turing@navy.mil. Submissions must be received at the office cited no later than 4:00 p.m. Eastern Standard Time on Sept 12, 2018. Questions or comments regarding this notice may be addressed to Ken Turing at (301) 995-4213 or via email at kenneth.turing@navy.mil.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.   Contact Information: Kenneth G. Turing, Contract Specialist, Phone 3019954213, Email kenneth.turing@navy.mil - Jennifer L. Lundburg, Contracting Officer, Phone 3013423806, Email jennifer.lundburg@navy.mil Office Address :Building 44121983 Bundy Road Unit 7 Patuxent River MD 20670 Location: Naval Air Warfare Center Aircraft Division Pax River Set Aside: N/A

Atlantic Test Range23013 Cedar Point Road, BLDG 2118Patuxent River, MDLocation

Address: Atlantic Test Range23013 Cedar Point Road, BLDG 2118Patuxent River, MD

Country : United StatesState : Ohio

You may also like

REPAIR OF NWS EQUIPMENT ASN: S100-1A10

Due: 30 Jun, 2024 (in 1 month)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

IQ Software and Workflow System Support

Due: 30 Apr, 2025 (in 12 months)Agency: TSO - PROCUREMENT

Supply, Installation and Maintenance of CCTV and Access Control

Due: 17 May, 2024 (in 14 days)Agency: Cape Town International Convention Centre

Please Sign In to see more like these.

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

Classification

NAISC: 334111 GSA CLASS CODE: D