4.8.6.11 Support Equipment Test & Evaluation

expired opportunity(Expired)
From: Federal Government(Federal)
N00421-19-R-0073

Basic Details

started - 03 Jun, 2020 (about 3 years ago)

Start Date

03 Jun, 2020 (about 3 years ago)
due - 05 Apr, 2019 (about 5 years ago)

Due Date

05 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
N00421-19-R-0073

Identifier

N00421-19-R-0073
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (704490)DEPT OF THE NAVY (156117)NAVAIR (14228)NAVAIR NAWC AD (6963)NAVAL AIR WARFARE CENTER AIR DIV (3873)

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.

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.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.If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website or the
Navy's electronic platform for acquiring services (Seaport) at http://www.seaport.navy.mil/default.aspx. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.INTRODUCTIONThe PSC for this requirement is H217-Equipment and Materials Testing (Aircraft Launching, Landing, and Ground Handling Equipment). The NAICS for this requirement is 541330, Engineering Services, with a size standard of $38.5M. All interested businesses are encouraged to respond.The Naval Air Systems Command (NAVAIR), Aircraft Support Contracts Department (AIR-2.5.1.2), Patuxent River, MD is seeking information regarding potential sources of expertise in engineering and technical services in support of the Support Equipment (SE) Test & Evaluation (T&E) Branch facilities and projects.The Support Equipment (SE) Test and Evaluation Branch (4.8.6.11) conducts Test and Evaluation (Verification/Validation) of SE and provides SE Subject Matter Experts (SMEs) and Integrated Product Team (IPT) T&E representatives that are used to support aircraft, systems, weapons, air-ship integration, and maintenance activities. The Branch functions within the NAWCAD Competency Aligned Organization under the auspices of the 4.0 Research and Engineering Competency, SE & Aircraft Launch and Recovery Equipment Department and the SE Engineering Division. The Branch works in conjunction with IPTs, Externally Directed Teams, Enterprise Teams, and Integrated Test Teams that are involved in NAVAIR programs. In accomplishing its mission, the SE Test & Evaluation Branch conducts SE testing, modification/repair of SE end items and components, and participates in SE systems engineering, analysis, development, integration, fleet introduction and in-service engineering evolutions. This entails providing support during developer/manufacturer reviews and testing events; and conducting Test & Evaluation and Fleet Evaluation at NAWCAD Patuxent River, MD and Navy/Marine shipboard and shore-based sites.SCOPEThe scope of this work is to provide uninterrupted technical support to the SE Test and Evaluation Branch. The contractor shall be required to work in a highly integrated team environment with civil service, military, and other contractor personnel. Tasking includes SE Test Technology design and integration; test and evaluation; laboratories and facilities operation and maintenance; modification/repair of SE end items and components; IPT engineering and technical assistance; and program management and administrative support. To provide support in these diverse areas, the SE Test & Evaluation Branch complements its civil service staff with highly qualified and experienced engineering, technical, administrative, and program management Contractor Support Services. The multi-disciplined skills of these personnel are integrated and shared across multiple SE support areas, laboratories, and facilities; thus realizing efficiency and continuity among inter-related tasks. Through these coordinated efforts, SE Test and Evaluation Branch, program sponsors, and the Fleet are assured state-of-the-art SE that is compatible with legacy and next-generation aircraft, weapons, and systems.The performance of services is described in the attached Draft Statement of Work (SOW).This requirement will be a follow-on effort to a Cost-plus-Fixed-Fee Seaport-E Task Order N00178-14-D-7700-M801 with Eagle Systems, 22560 Epic Drive, California, MD 20619. The NAVAIR Freedom of Information Act (FOIA) website is http://navair.navy.mil.ANTICIPATED PERIOD OF PERFORMANCEOne (1) Five (5) Year Ordering PeriodANTICIPATED CONTRACT TYPEThe contract type is anticipated to be Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) with an estimated total Level of Effort of approximately 361,000 man-hours over a period of five years. These services shall be performed on-site at Naval Air Station Patuxent River, MD and a variety of other locations (see attached Draft SOW).REQUIREMENTSThis effort involves support for the many tasks associated with the test and evaluation of all types of aviation SE used by the Fleet at shore bases and aboard ship. Programs supported under this solicitation will include all NAVAIR air vehicle platforms, weapons, and support systems. This support encompasses the full range of SE commodities and the operation/maintenance of multiple test support facilities/laboratories. These include:Commodities:Avionics SE: This area covers organizational, intermediate, and depot maintenance level Common Support Equipment (CSE)/Peculiar Support Equipment (PSE) for avionics, including Communication, Navigation and Identification, Early Warning, Electronic Warfare; Electro-optics, Radar, Weapons Control, Data Processing, Electro-mechanical and Instrumentation Systems.Automated Test Equipment (ATE)/Test Program Set (TPS) SE: This area covers ATE and associated TPSs such as those for the AN/USM-636(V) Consolidated Automated Support System (CASS), AN/USM-702(V) Reconfigurable Transportable Consolidated Automated Support System (RTCASS), electronic Consolidated Automated Support System (eCASS), and advanced Synthetic Instrumentation (SI) technology.Propulsion SE: This area covers SE related to all aircraft propulsion systems, including primary and secondary power systems, Gas Turbine Compressor (GTC) systems, mobile and fixed engine test facilities such as the Jet Engine Test Instrumentation (JETI), Shaft Engine Test Instrumentation (SETI), Turbo-prop Test Instrumentation (TPTI) Engine Test Systems (ETS) and gas turbine engine test cells.Aircraft Handling, Servicing, and Inspection (HSI) SE: This area covers all CSE/PSE required to maintain and service aircraft structures, hydraulics, fuel systems, pneumatics, cryogenics, electrical systems, environmental control systems, crew systems, handling systems, and inspection systems.Armament/Weapons Handling SE: This area covers all armament/weapons handling SE, including transporters, loading/downloading equipment, and towing and assembly equipment.Facilities/Laboratories:Support Equipment Mechanical, Electrical, Hydraulic, Avionics and ATE Laboratories: Contains various machine shop equipment and tools, aircraft servicing equipment, test assets, simulators, hydraulic lifts, overhead cranes, forklift trucks, avionics systems and electronic test equipment.Open Air Engine Test Facility: Contains fixed and mobile Engine Test Systems (ETSs), gas turbine test cells, Engine Adapter Assemblies (EAA), and propulsion system test support items.T-10 Test Cell Facility: Contains an A/E32T-10B JETI Land Based Engine Test Facility.Tasking under this effort shall be conducted at security classifications up to and including SECRET. Contractor personnel assigned to support classified tasking shall maintain appropriate security clearance prior to assuming duties.Due to the complexity and broad scope of the work to be performed under this effort, the contractor is required to have, at a minimum, ISO 9001:2015 and AS9100:2016 certification to ensure they have developed and implemented a Quality Management System that provides consistent technical performance in meeting customer, statutory and regulatory requirements.See attached Draft SOW.SUBMITTAL INFORMATIONIt is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, 12-point font minimum) demonstrating ability to perform the services listed in the attached Draft SOW. This documentation must address, at a minimum, the following:(1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and a statement regarding ISO 9001 and AS9100:2016 certification and current small business size status under associated NAICS codes;(2) 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 value, Government point of contact, and a brief description of how the referenced contract related to the services described in the SOW;(3) Describe experience and capabilities in regards to your company's ability to manage a task of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel;(4) Please note that under a Small Business Set-Aside, the small business prime or similarly situated entities, in accordance with FAR 52.219-14 Deviation 2019-O0003, must perform at least 50% of the work 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. Provide an explanation of your company's ability/plan to perform at least 50% of the overall effort;(5) Provide comments and questions regarding any restrictive or confusing aspects of the Draft SOW. (This portion of your response does not count against the 15-page limit; however, questions should be limited to an additional two (2) pages maximum;(6) This Sources Sought notice is being published with the intent to promote competition. Suggestions from industry regarding how competition may best be achieved are requested, including information related to alternative NAICS code choices. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations.Responses to this Sources Sought shall be submitted electronically by email to Melissa Tennyson, Contract Specialist, at Melissa.tennyson@navy.mil. Responses shall be received no later than 2:00 p.m. Eastern Standard Time on 5 April 2019. Classified material SHALL NOT be submitted.Please submit all questions related to this Sources Sought to the Contract Specialist via email or alternatively at 301-757-1035. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release.THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSALS. 

Building 441 21983 Bundy Road Unit 7 Patuxent River, Maryland 20670 United StatesLocation

Place Of Performance : Building 441 21983 Bundy Road Unit 7 Patuxent River, Maryland 20670 United States

Country : United StatesState : Maryland

You may also like

TSL CERTIFICATION TEST SUPPORT SERVICES

Due: 27 Sep, 2028 (in about 4 years)Agency: OFFICE OF PROCUREMENT OPERATIONS

Classification

naicsCode 541330Engineering Services
pscCode HEquipment and Materials Testing: Furnace, Steam Plant, and Drying Equipment; and Nuclear Reactors