INTRODUCTION
The Naval Air Warfare Center - Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to procure the services necessary to provide support services to the NAWCAD AIRWorks Division.
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 synopsis.
ELIGIBILITY
The Product Service Code (PSC) for this requirement will be R425. The North American Industry Classification System (NAICS) is 541330 (Engineering Services) with a size standard of $41.5 million. All interested Small Businesses are encouraged to respond with a capabilities statement.
PROGRAM BACKGROUND
The Department of Defense (DoD), Department of the Navy (DON), Naval Air Systems Command (NAVAIRSYSCOM), Naval Air Warfare Center Aircraft Division (NAWCAD), AIRWorks Division has the requirement for Lead Systems Integrator (LSI) support to perform Engineering, Technical, and Project Management support for a wide variety of programs and platforms. The requirement will be to support potentially new systems or to improve existing systems within both the manned and unmanned aircraft inventory.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance includes a 5 year ordering period. The anticipated start date is January 2024.
ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be Cost plus Fixed Fee for labor and Cost Reimbursable for Other Direct Costs (ODCs) including travel (CONUS and OCONUS) and material. This is expected to be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated total Level of Effort of approximately 1,538,000 hours (with 1 Full Time Equivalent being comprised of 1,920 hours per year) over a period of five years. The primary place of performance is Patuxent River Naval Air Station. However, there are other places of performance across the United States.
REQUIREMENTS
See Attachment 1, Draft Statement of Work (SOW).
Labor categories anticipated to execute the contemplated services are included in the attached Draft SOW.
This requirement is reserved for competition among small business concerns in accordance with FAR 52.219-8 Total Small Business Set-Aside. In 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 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, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(a)(l)) and HUBZone Small Businesses (FAR 52.219-3(d)(1)). 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.
Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award.
SUBMITTAL INFORMATION
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 perform the services listed in the attached SOW. This documentation must address, at a minimum, the following:
The capability statement package shall be sent by email to [email protected]. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Time on Tuesday 23 November 2021. Questions or comments regarding this notice may be addressed to Brandon Rider via email at [email protected].
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.
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 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.