4.1 Requirements Analysis Services (RAS)
Sources Sought Notice Naval Air Warfare Center Aircraft Division (NAWCAD) AIR 4.1 Systems Engineering, Requirements Analysis Services (RAS) The responses to this Sources Sought will be utilized to det... Sources Sought Notice Naval Air Warfare Center Aircraft Division (NAWCAD) AIR 4.1 Systems Engineering, Requirements Analysis Services (RAS) 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. Any resultant solicitation will be released via the FedBizOps for acquiring the services. Prior to that, an Advance Planning notice with regards to this requirement will be released in FedBizOps. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. 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 IN RESPONSE TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY. INTRODUCTION The NAWCAD Contracts department (AIR 2.5.1) at Patuxent River, MD announces its intention to procure requirements management and analysis support services for the AIR 4.1 Systems Engineering Department. This effort will provide engineering and technical support, utilization of engineering tools such as Dynamic Object Oriented Requirements System® (DOORS®) and requirements traceability tools such as Rational® Software Architect® (RSA®) to support a variety of potential customers inside (PMAs) and outside of NAVAIR. These services are currently being performed by Precise, Inc, Patuxent River, MD under contract N00178-14-D-7875, Task Order M802. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to identify potential and eligible firms, of all sizes, capable of providing the requirements identified below prior to determining the method of acquisition and issuance of a solicitation (request for proposal). The responses to this Sources Sought will be utilized to determine what competitive opportunities exist, in terms unrestricted competition (full and open) or the possibility of a small business set-aside pursuant to FAR 19.502-2(b)(1). Responses from large business and all categories of a Small Business Set-aside will be considered, therefore all interested businesses are encouraged to respond. ELIGIBILITY The PSC for this requirement is R425; the NAICS is 541330 with a size standard of $38.5 million. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside. As such, all eligible SB/SDVOSBs/8(a)/etc. are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE The Anticipated Contract Award: March 2020; The contract is anticipated to have a 5 year ordering period with an anticipated performance start date of 01 May 2020. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Level of Effort Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee (CPFF) CLINs for Labor and Cost Reimbursement CLINs for material and travel with an estimated total Level of Effort of approximately 210,125 man hours over a period of five years. The procurement is planned to be a single award IDIQ contract. The labor categories anticipated to execute the contemplated services include: Labor Category Professional Level Hours Per Year Program Manager Senior 224 Engineer Senior 3,120 Engineer Journeyman 6,144 Engineer Junior 16,696 Program Analyst Journeyman 15,568 TOTAL 42,025 ANTICIPATED LEVEL OF EFFORT These services are anticipated to be performed as follows: Approximately 22 Full Time Equivalents (FTEs) for each year; 80% offsite and 20% percent on-site at NAS Patuxent River. ANTICIPATED ACQUISTION STRATEGY FAR Part 15 procedures. REQUIREMENTS Statement of Work (SOW) Information Requirements: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (shall be no more than fifteen (15) 8.5 x 11 inch pages, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached draft SOW. The documentation must address at a minimum the following: Provide recent experience (within the last 5 years) performing efforts of similar scope and size with a brief description of how it relates to the required services. Include the contract number, organization supported, performance as a prime or subcontractor, contract value and the Government point of contact name, and phone number. Include a brief description of how the referenced contract relates to the services described herein. Specifically address the following SOW requirements: The contractor (facility) and personnel shall have the capability to obtain and maintain the required security clearances, up to Top Secret. The ability to obtain and maintain qualified personnel for the labor categories listed in the SOW, specifically addressing the qualifications related to requirements analysis tasks and engineering tools such as DOORS®, requirements traceability interfaces such as RSA® and military weapons systems at the junior, journeymen and senior level. Your understanding of, and ability to perform, tasking identified under SOW paragraphs 3.2.1.2, 3.2.1.5, 3.2.1.6, 3.3.1.2, 3.3.1.5 and 3.3.1.6. The ability to support NAVAIR's transition to model based system engineering processes and procedures and engineering tool, SysML for all the tasks outlined in section 3.2. and 3.3. This documentation must also address the following: •1. The capabilities package shall state that the submission is in response to the sources sought for the draft NAWCAD 4.1 Systems Engineering, RAS SOW. •2. Can or has your company managed a task of this nature? If so, please provide details. •3. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. •4. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located on and off-site at Pax River, MD. •5. Management approach to staffing this effort with qualified personnel. •6. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the 5-year period in accordance with FAR 52.219-14. •7. Provide documentation of an approved accounting system (if already obtained). NOTE: In order to be eligible for award of a cost type contract, companies MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3). •8. Company's ability to begin performance upon contract award of the task orders under the resultant IDIQ contract. •9. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, and DUNS number. Also provide your registration status in SAM including the expiration date of your registration, the NAICS codes for which you are registered, and size status for each NAICS. •10. Indicate whether you are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. The capability statement package shall be sent by email to Brittany Raley at brittany.raley@navy.mil AND Monique Johnson at monique.johnson@navy.mil . Submissions must be received no later than 3:00 p.m. Eastern Standard Time on 15 February 2019. Questions or comments regarding this notice shall be addressed to Brittany Raley via email at brittany.raley@navy.mil AND Monique Johnson at monique.johnson@navy.mil by 3:00p.m. Eastern Standard Time on 08 February 2019.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »