Vessel incapacitating Power Effect Radiation (VIPER) program is a research and development based Operational utility assessment
This synopsis is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov . It is understood that FBO is the single point of entry for posting of synopsis and solicitati... This synopsis is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov . It is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet. NOTE: This is a re-posting of the Synopsis/Sources Sought posted on 6/7/19 under the same number N0017819R2301,with the following updates: 1) Require explicit access to the draft Performance Requirements, 2) Update Item #2 under Statement of Capabilities adding detail regarding past performance, and 3) Correct the Closing Date to match the text of the posting - 2 July 2019. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) is issuing this sources sought and request for information synopsis as a means of conducting market research to identify parties having an interest to support the Vessel Incapacitating Power Effect Radiation (VIPER) program of the Joint Non-Lethal Weapons Directorate (JNLWD). The VIPER program is a research and development-based Operational Utility Assessment (OUA) sponsored by the JNLWD that will provide a non-lethal, potentially reversible vessel stopping capability for the United States Coast Guard (USCG) Law Enforcement community. This approach provides a safer and more effective means to subdue non-compliant vessels within a dynamic environment. The Performance Requirements (Attachment 1) and Statement of Work (Attachment 2) guide the development of the initial operational prototype. This prototype, through both requirement verification and operational employment, will provide a basis for future employment or transition to a Program of Record. The applicable North American Industry Classification System (NAICS) code for this procurement is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a Size Standard of 1,250 employees. The anticipated contract will span four (4) years, separated into three phases. The first phase (estimated duration 9 months) will last from contract award to Preliminary Design Review (PDR). The second phase (estimated duration 27 months) will proceed from PDR to system prototype delivery. The third phase, an anticipated option period (estimated duration 12 months), will proceed from system prototype delivery to shipboard integration. The Government anticipates selecting an offer that provides a best value to the Government based on Technical Capability, Past Performance and Price/Cost. It is requested that all interested concerns, Large Businesses and Small Businesses, respond with a Statement of Capability (SOC). The capability statements will be used to determine the availability of Small Business concerns for this requirement. Interested Small Business concerns must identify their Small Business socio-economic categories. Large Business capability statements are welcome. The SOC shall address the following items to demonstrate the contractor's capability to perform the requirements based on the attached draft Statement of Work (SOW): (1) The Contractor's ability to manage, as a prime Contractor, the types and magnitude of tasking in the draft SOW. (2) For interested Small Business concerns, similarly situated policies will apply. (3) The Contractor's capacity or potential approach to achieving capacity, to conduct the requirements of the draft SOW. For the purposes of this SOC, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. (4) The Contractor's ability to effectively manage multiple Sub-contractors in order to conduct all of the remaining requirements of the draft SOW that will not be performed with its own employees. The demonstrated ability to manage, technical ability and capacity may include citing (using contract and/or Task Order Numbers) and describing the same or similar relevant performance but does not limit the interested contractor's approach to demonstrate capability. Additionally, the SOC shall address: 1) Company introduction to include: a) "About Us" Summary b) Organization chart, roles/responsibilities c) Personnel Numbers d) Locations 2) Past 5-10 year workload summary of contracted workload. The list of contracts over the prior 5-10 years should provide the company's past performance to demonstrate the offeror's ability to perform the scope of the requirement advertised. Specifically, the offeror's past performance contracts should provide insight into the value and complexity of the scope of their comparable past performances as well as their role in it (i.e. prime, sub, teaming arrangements). 3) Describe partners/subcontracts and strategic capability. 4) Documentation/drawing/configuration control processes. 5) A description of your Quality Control Plan. 6) Physical methods of procurement, inventory, and control. 7) A description of certifications/process accreditations, procedures and qualifications. 8) Full equipment description to include: fabrication, test, transportation under control of Contractor. 9) Type of relevant work the company has performed in the past in support of the same or similar work. 10) Business size and status of company (i.e. socioeconomic categories). 11) Optional - Any Contractor comments concerning the draft SOW and draft Performance Requirements which would improve or clarify those documents. NOTE: Only information provided in the written SOC shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE 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 SOURCE'S SOUGHT NOTICE IS STRICTLY VOLUNTARY. The SOC must be submitted electronically by 3:00 PM Eastern time on 2 July 2019 and is limited to fifteen (15) pages (Times New Roman, minimum 12 point font), file type .docx or .pdf, maximum file size of 5MB). All replies to this synopsis must reference N00178-19-R-2301. All responsible sources may identify their interest and provide capability statements in response to this notice. Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. All responses shall include their company size status under the North American Industry Classification System (NAICS) code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. All responses shall include the company's CAGE code. Capability statements shall be submitted via email to Patrick.L.Whalen@navy.mil and James.Doerr@navy.mil. Attachments: (1) Copy of the draft Performance Requirements - Explicit Access Required Attachments: (2) Copy of the draft SOW
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »