FBO Notice Date 01/30/19
BIDS Reference Number 396
Document Type: Modification
Maintenance, Repair & Rebuilding Of Equipment

Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, 20670

J -- Air Traffic Control (ATC) Platform Integration Services supporting the ATC Systems Division at Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, MD (Code AD-4.11.7), located at Saint Inigoes, MD. SOL N0042119R0047SRCSGT DUE 020819 POC Robert J. Byrne, Contract Specialist, Phone 3017570620, Email robert.j.byrne@navy.mil - Jonathan C Igwebueze, Contract Specialist, Phone 3017570859, Emailjonathan.igwebueze3@navy.milDescription(s):

This is SOURCES SOUGHT is a market research tool to determine the availabilityand technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide one ormore of the services required to support the requirement described in the DraftSOW.

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 CONSTRUEDAS 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 BACKGROUND

The ATC Systems Division, AD-4.11.7, is the platform integrator, In-Service Engineering Agent (ISEA) and Software Support Activity (SSA) for United States Marine Corps (USMC) Future Systems, Air Traffic Navigation, Integration, and Coordination (ATNAVIC) System, and other Future and Fielded ATC Systems. The ATC Systems Division receives tasking for these systems that includes, but is not limited to, the following technical and product support categories and services:

System Certification, Technical Assistance and Training
Systems Analysis and Engineering

Test and Evaluation

Requirements Identificationand Tracking

Software Development, Installation and Maintenance

Hardware Design, Development, Installation and Maintenance

Platform Integration

Test Data Acquisition, Reduction and Analysis

Technical Logistics Support, Configuration Management

Training Support
Equipment Manufacturing, Refurbishment, and Overhaul and
Repair
Quality Control
Program and Project Management

This is a follow-on to N00178-04-D-4018, Task Order M810 which was awarded with a cost structure of Cost Plus fixed Fee and Firm Fixed Price line items. N00178-04-D-4018 was awarded in Seaport-e with a base year plus 4 option years. Theincumbent is BAE Systems Technology and Solutions. The follow-on contract is anticipated to be a competitively awarded contract witha five year ordering period.

Place of Performance: Contractor Site (40%), Government Site (60%) Webster Field, St. Inigoes, MD).

REQUIRED CAPABILITIES

A draft Statement of Work (SOW) and draft Level of Effort (LOE) with anticipated labor categories are attached for review.

ADDITIONAL INFORMATION

A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance and "Secret" safeguarding of classified information under this contract.

The contract type is anticipated to a CPFF Type with the LOE estimated at 940,880 man-hours for the five year ordering period.

The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.

ELIGIBILITY

The applicable NAICS Code for this requirement is 541330 with a Small Business Size standard of $38.5 Million. The Product/Service Code (PSC) for this effort is J058. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code.

Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of this cost-type contract.

SUBMISSION DETAILS

Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch.

Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items:

1.) What type of work has your company performed in the past in support of the same or similar requirement? This should include the 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 relates to the services described in the draft SOW.

2.) Can or has your company managed a task of this nature? If so, please provide details.

3.) Can or has your companymanaged a team of subcontractors before? If so, provide details.

4.) What specific technicalskills does your company possess which ensure capability to perform the tasks outlined in the draft SOW?

5.)
Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods.

6.) Provide
a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc.

7.) 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.

8.) Include in your response your ability to meet the Facility and Safeguarding requirements outlined above.

In order to make a determination for a small business set-aside, two or morequalified and capable small businesses must submit responses that demonstrate their qualifications and ability to perform in accordance with the Limitations onSubcontracting clause (FAR 52.219-14).

To assist the Government in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and thoseof any proposed JV/partner would be combined to meet the specific requirements contained in this announcement.

Your response to this Sources Sought shall be electronically submitted to Cindy A. Wilson and Robert J. Byrne in either Microsoft Word or Portable Document Format (PDF) via email at and .

The deadline for response to this request is 08 Feb, 2019, 3 pm (1500) Eastern Standard Time.

Proprietary information and trade secrets, if any, must be clearly marked onall materials. All information receivedthat is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned.

No phone calls will be accepted.

Questions may be submitted via email robert.j.byrne@navy.mil and jonathan.igwebueze3@navy.mil.

The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result ofa response to these Sources Sought.

CITE: https://www.fbo.gov/spg/DON/NAVAIR/N00421/N0042119R0047/listing.html