NAWCAD WOLF ASI Division Air Platform Engineering & Integration (APE&I)


Subject: NAWCAD WOLF ASI Division Air Platform Engineering & Integration (APE&I)
Solicitation Number: N0042124R0040
Notice Type: SRCSGT
NAICS: 541330
Notice Published: 02-15-24
Response Due: 03-01-24

Agency: Department of the Navy
Office: NAVAL AIR WARFARE CENTER AIR DIV
Contact: KIMBERLY BAILEY This email address is being protected from spambots. You need JavaScript enabled to view it. Ph: (240) 429-3681
Office Address: PATUXENT RIVER, MD 20670-1545
Place of Performance: Saint Inigoes, MD 20684


Click for official SAM (FBO) notice, additional information, and accompanying attachments

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. This Sources Sought is a market research tool being used to determine potential and eligible business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The existing contract was previously competed, however, only one response was received. The Government would like to ensure that there is adequate competition for this procurement. Additionally, the results of this sources sought will also be utilized to determine if any Small Business Set-Aside opportunities exist. All interested large and small businesses are encouraged to respond with a capability statement, but only those businesses or teaming arrangements that are considered small under NAICS 541330 will be considered for small business set-aside decisions. INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide technical, engineering, modernization, installation, integration, test, and operational services to the Airborne Systems Integration (ASI) Division in support of Department of Navy (DON), Department of Defense (DoD), and other Government agency projects. These support services shall include, but are not limited to, engineering services, installation engineering, equipment integration, overhauls, design engineering for airborne capabilities, test and evaluation, user and maintainer training, and on-demand operational support. Further detail is provided in the Draft Statement of Work (SOW) attached to this synopsis (Attachment 1). The services are currently being performed by BAE Systems Technology Solutions and Services located in Rockville, MD under contract N00421-21-D-0001. The existing contract is a Single Award Indefinite Delivery Indefinite Quantity (SA IDIQ) with Cost-Plus-Fixed-Fee (CPFF) Term orders. This contract is due to expire 20 October 2025. PROGRAM BACKGROUND As the organic Lead Systems Integrator (oLSI) for the NAWCAD, WOLF operates under a product-based business model whereby WOLF civilians lead and manage the efforts of combined Government-Industry teams. Using this oLSI approach, the Government maintains ownership of intellectual property and data rights, enabling WOLF to rapidly adapt solutions to the dynamic needs of the warfighter. The NAWCAD WOLF ASI Division, operating under the oLSI model, has requirements for engineering and integration of various airborne capabilities to include, but not be limited to, sensors, communications systems, weapons systems, and control technologies for a variety of manned and unmanned airborne platforms. REQUIREMENTS Please review Attachment 1, Draft SOW and Attachment 2, Draft Hours. If your company has any questions about the SOW, or any areas that may need further explanation, please also identify those in the response. The labor categories anticipated to execute the contemplated effort are included in Attachment 2, Draft Hours. Since the resultant contract will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon award. All Contractors that propose must either have or be able to obtain a Top Secret facility clearance. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a Top Secret Facility Clearance and a Secret Safeguarding Clearance. ELIGIBILITY The applicable North American Industry Classification System (NAICS) Code for this requirement is 541330 Engineering Services with a Small Business Size standard of $47 Million (Exception 1). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code (PSC) for this effort will be K016 - Modification of Equipment- Aircraft Components and Accessories. PLACE OF PERFORMANCE NAWCAD WOLF St. Ingioes, MD: 19% On-Site Government; 64% Off-Site Contractor Naval Air Station (NAS) Patuxent River, MD: 17% On-Site Government ANTICIPATED CONTRACT TYPE The requirement is anticipated to be a SA IDIQ with CPFF Term Contract Line Item Numbers (CLINs) for labor and cost reimbursable CLINs for Other Direct Costs (ODCs). The proposed contract is anticipated to include tasking and labor categories that are subject to the Service Contract Act. ANTICIPATED PERIOD OF PERFORMANCE It is anticipated that the resultant Contract will have a five-year ordering period and a 6-month optional extension (FAR 52.217-8), with performance commencing approximately in October 2025. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 20 pages in length, single spaced, 12 point font minimum) demonstrating the ability to perform the effort listed in the attached Draft SOW, Attachment 1. This documentation must address, at a minimum, the following: Title of the SOW to which you are responding; Company profile to include number of employees, annual revenue history, office location(s), CAGE code, Unique Entity Identifier (UEI) number, and a statement regarding current small/large business status; Respondents to this notice must also indicate whether they 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; If a small business, provide an explanation of your company's ability or your companys ability combined with a similarly situated entitys ability to perform at least 50% of the tasking described in this SOW; 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 at the city specified; Management approach to staffing this effort with qualified personnel; Statement regarding capability to obtain the required industrial security clearances for personnel; Company's ability to meet the requirements in the Facility and Safeguarding requirements; Company's ability to begin performance upon contract award; Company's ability to manage a team of subcontractors, including a list of contracts and teaming arrangements; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values (dollars and hours), Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.3.1 - 3.3.6 of the draft SOW Technical Requirements. If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. The capability statement package shall be sent by email to Emilee Pierce at This email address is being protected from spambots. You need JavaScript enabled to view it., Kimberly Bailey at This email address is being protected from spambots. You need JavaScript enabled to view it., and Amy Davis at This email address is being protected from spambots. You need JavaScript enabled to view it.. Submissions must be received at the office cited no later than 12:30 PM Eastern Standard Time on 01 March 2024. Questions or comments regarding this notice may be addressed to Emilee Pierce, Kimberly Bailey, and Amy Davis via email at This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it., andAmy Davis at This email address is being protected from spambots. You need JavaScript enabled to view it.. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.