Update 16 November 2018
This modification is to provide Question & Responses as well as attach a conform copy of Solicitation Amendment 0002 which updates the following:
1) Section A:
- Remove SCA information #8 changed to reserved
2) Section C:
- Paragraph 3.4.1.4 - Correct Professional LCAT degree for Software Quality Assurance Analyst Tester
3) Section J:
- Update Attachment P6 - CLIN Breakout sheet to P6 dated 16 Nov 2018
- Remove Attachment J6 - Wage Determination
4) Section L:
- Paragraph 3.0 table renumbered to 1.1.1, 1.1.2, and 1.1.3
- Paragraph 3.5.1 update ODCs chart to breakout Material and Travel
- Paragraph 3.5.2 clarification of OT Labor Hours
5) Adds Block 9 RFP due date and time - 06 December 2018 by 2:00PM Eastern
Standard Time.
Potential offerors are to utilize the most current amendment to this RFP notice. It is the responsibility of potential Offerors to monitor Federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information and/or amendments to the RFP.
*********************************************************************
Update 1 November 2018This modification is to attach a conform copy of Solicitation Amendment 0001 which updates the following:
1) Section C - Labor Category functional descriptions
2) Adds Block 9 RFP due date and time - 30 November 2018 by 2:00PM Eastern
Standard Time.
Potential offerors are to utilize the most current amendment to this RFP notice. It is the responsibility of potential Offerors to monitor Federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information and/or amendments to the RFP.
*********************************************************************
Update 31 October 2018
**THIS IS A REQUEST FOR PROPOSALS**
The Naval Air Warfare Center, Aircraft Division (NAWC-AD), Patuxent, MD is hereby releasing request for proposal (RFP) N00421-18-R-0034 for engineering and support services for the Integrated Battlespace Simulation and Test Division (AIR 5.4.3). This is a small business set-aside competition under North American Industry Classification Systems (NAICS) code 541715 with a size standard of 1,500 employees. The Product Service Code (PSC) is AC14. This requirement will be awarded as a single award indefinite delivery indefinite quantity (IDIQ) contract. Since this requirement is a 100% small business set-aside, only small businesses will be considered for award. Please refer to the attached files for additional details and proposal submission requirements.
The requirement for these services is currently being performed under Task Order N00421-17-D-0016 awarded to J.F. Taylor. The NAVAIR Freedom of Information Act (FOIA) website is http://foia.navair.navy.mil.
The proposal submission deadline is no later than Friday, 30 November 2018 at 14:00 EST.
Interested parties are to address questions regarding this RFP to Ms. Travora Levasseur at [email protected] and Mr. Christopher Pennini at [email protected]. The Government intends to publicize any questions received by industry in response to this RFP, along with the Governments answers. If your response includes information that you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not send marketing type information or company brochures.
NOTE: There is no commitments by the Government to make an award or to be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to award a contract. Any amendments (if any) to this RFP will be provided as an amendment to this notice. It is the responsibility of potential Offerors to monitor the Federal Business Opportunities website located at http://www.fbo.gov for the release on any follow-on information and/or amendments to the RFP.
*********************************************************************The Government would like to thank everyone that commented on the DRAFT RFP for the 5.4.3 Battlespace Modeling and Simulation (BM&S) effort, which provides engineering, and technical support services to the Integrated Battlespace, Simulation and Test Division.
A review of all questions and comments has been posted. Please continue to monitor FBO for the release of information regarding the BM&S procurement.
*********************************************************************The attached DRAFT RFP describes engineering and technical support services required for the 5.4.3 Integrated Battlespace Simulation and Test, Simulation Division (SD), which provides full spectrum engineering, technical, and support services for Battlespace simulation and distributed simulation.
The NAWCAD 5.4.3 IBST, Simulation Division's responsibility includes providing simulation products for requirements analysis, test and evaluation, and training applications across DoD and Foreign Military Sales (FMS) customers.
The principal Battlespace simulation product developed and maintained by the Simulation Division is the Next Generation Threat System (NGTS). NGTS is a synthetic environment generator used to support training, testing, analysis, and research and development. NGTS models threat and friendly aircraft, ground and surface platforms, and their corresponding weapons and subsystems. NGTS is currently installed in multiple DoD training systems, distributed exercise centers, as well as international military training environments. Other distributed simulation products include the Architecture Management Integration Environment (AMIE), and the Joint Integrated Mission Model (JIMM). Support is also provided for standard protocols enabling battlespace simulation that include Distributed Interactive Simulation (DIS), High Level Architecture (HLA), and the Test and Training Enabling Architecture (TENA).
It is anticipated that the final RFP will be released towards the beginning of 1st QTR FY 19.