News

NAWC-AD 6.8.4, Aviation Readiness & Resource Analysis Support Services

Type of document: Contract Notice
Country: United States

NAWC-AD 6.8.4, Aviation Readiness & Resource Analysis Support Services

Agency:
Department of the Navy

Official Address:
Building 441
21983 Bundy Road Unit 7 Patuxent River MD 20670

Zip Code:
20670

Contact:
Erik K. Seastrand, Contract Specialist, Email erik.seastrand@navy.mil тАУ Lynn Kaniss, Contracting Officer, Email lynn.kaniss@navy.mil

Link:

Date Posted:
16/10/2018

Classification:
R

Contract Description:

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.

Any resultant solicitation will be released on the Federal Business Opportunities (FEDBIZOPPS website) at It is the responsibility of potential Offerors to monitor the FBO site for additional information pertaining to this requirement.

DISCLAIMER

тАЬTHIS 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 CONTRACTAS 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.тАЭ THIS SOURCES SOUGHT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE SMALL BUSINESS FIRMS CAPABILE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.

ELIGIBILITY
The Product Service Code (PSC) for this requirement is R425. The North American Industry Classification System (NAICS) code is 541330 with a size standard of $38.5M. All interested small businesses are encouraged to respond with a capabilities statement.

INTRODUCTION

The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department (AIR 2.5.1.14), Patuxent River, MD intends to procure on a competitive basis the services required to support NAWCAD (AD 6.8.4), Aviation Readiness & Resources Analysis Competency. This support maintains fleet production readiness by satisfying requirements for Program Management Office (PMO) and Functional Manager (FM) support. NAWCAD intends to issue this requirement as a Small Business Set-Aside if the market survey determines there are sufficient companies interested, available and technically capable to perform the work described within the tasks delineated below.

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 contract award.

PLACE OF PERFORMANCE

10% On-Site Government, 90% Off-Site Contractor

Patuxent River, MD; Marine Corps Air Wings (MAWs) with locations such as Cherry Point, NC and Miramar, CA; and Norfolk, VA.

PROGRAM BACKGROUND

This requirement is partially a new requirement and partially a follow-on to a current procurement currently being performed by TQI Solutions under contract N00421-18-C-0049. The contract is due to expire 30 August 2019.Naval

The Government anticipates and estimates a contract award for these services to occur in the 4th Quarter of Fiscal year 2019.

A draft PWS is attached for review.

The contract type is anticipated to be Cost Plus Fixed Fee Term and the total Level of Effort for five years is estimated at 662,400 man-hours.

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

It is requested that interested businesses submit to the contracting office a brief Capabilities Statement (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating the ability to perform the services in the following tasking.

The Capabilities Statement must address, at a minimum, the following:

1)  The type of work has your company previously performed in support of similar requirements to the draft PWS and in tasks A-F found under the required capabilities section below.

2)  Detailed company experience in managing work of similar size and scope to the draft PWS and to tasks A-F found under the required capabilities section below.

3)  The specific corporate and technical skills your company possess which ensure the capability to perform the draft PWS and tasks A-F found under the required capabilities section below.

4)  Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small businessтАЩ General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of 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). Provide an explanation of your companyтАЩs ability to perform at least 50% of the tasking described in the draft SOW and tasking below for a 12-month base period as well as four 12-month ordering periods.

5)  Provide a statement including current small/large business status and company profile to include number of employees, annual revenue, number and geographic office locations, CAGE code, and a DUNs number.

6)  Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.

7)  Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

REQUIRED CAPABILITIES

The response shall address the six tasks listed below and provide a narrative regarding the approach to planning and executing each task, resources required and potential risks.

Task A: Project Management (PM).

The Contractor shall provide project management support to manage the cost, schedule (to include a fully Integrated Master Schedule and Resource Capacity Plan), and performance in accordance with industry best practices. PM responsibilities also include: personnel management, management of government furnished equipment and assets, and personnel and facility security.
The PM shall also assist the government in the execution of administration of aviation maintenance and related IT project management functions to include identifying project scope, defining objectives and developing the course of action to achieve defined acquisition milestones.

Task B: Business Process Improvements.

The Contractor shall assist in the planning, implementation and the supporting of the business process transformation of legacy Naval Aviation and Logistics IT systems to future enterprise IT solutions.
The Contractor shall perform detailed research and analysis and provide written reports, for Government review and approval, focusing on acquisition and information technology commercial best business practices. The initiatives shall include, but are not limited to, replacement of Naval Tactical Combat Support System (NTCSS), future IT and logistics enterprise initiatives, and Business Process Reengineering (BPR).

Task C: Requirements Engineering.

The Contractor shall assist the Government in the analysis and definition of program and system requirements to include the translation from high-level capability statements into functional requirements. The Contractor shall also assist the Government in establishing standards and acceptance criteria for product vendorsтАЩ technical design and system specifications. The Contractor shall support integration of legacy systems applications, system / application fixes, system / application upgrades, enhancements and modifications and system modernization efforts.

Task D: Cybersecurity and Information Assurance (IA).

The Contractor shall perform cybersecurity and IA tasks to protect and defend information and information systems by ensuring their availability, integrity, authentication, confidentiality, and non-repudiation. This includes providing for restoration of information systems by incorporating protection, detection, and reaction capabilities.

The Contractor shall support the management of information systems, information assurance, network security, cyber security, and IT compliance and approval for requirements/processes.

The Contractor shall support the Government in preparing and documenting vulnerability assessments to identify weaknesses in aviation and logistics IT systems that can be exploited and mitigations to overcome them are documented in a Plan of Actions and Milestones (POA&M). Assessments shall be of system design, development, production or operations relating to network infrastructure.

Task E: Technology Support.

The Contractor shall provide inputs to the following IT System Engineering activities: planning and schedule development; deriving Technical Performance Measures and Metrics; analyzing requirements including translation of operational needs and capabilities into effective solutions; performing system and application design; supporting Technical Readiness Reviews; managing Unit and Integration Testing and implementing Government approved systems/applications and tools.

The Contractor shall facilitate and manage Service Desk support involving multi-tier customer support for program office and commodity line initiatives such as Marine Aviation Logistics тАУ Enterprise IT (MAL-EIT). The Contractor shall structure service desk support to include, but not limited to, Incident Management, Service Requests, Problem Management and Problem Resolution. The Service Desk shall be structured using tiers with all calls initially handled at Tier 1 and complex problems/issues routed to higher levels for problem resolution.

The Contractor shall provide Enterprise Architecture (EA) analysis support. The Contractor shall support preparation of Enterprise Architecture & Solution Architecture principles, strategies, policies, models, standards and guidelines.

Task F: Test and Evaluation.

The Contractor shall support developer System Integration Testing (SIT) and System Qualification Testing (SQT). This effort includes review of software vendor provided test plans and providing problem resolution resulting from issues discovered during any level of testing.

The Contractor shall provide Independent Verification & Validation (IV&V) services to ensure infrastructure solutions are provided and successfully tested in accordance with DoD requirements and industry standards.

SPECIAL REQUIREMENTS тАУ FACILITY AND SAFEGARDING REQUIRMENTS

A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a тАЬSecretтАЭ Facility Clearance and a тАЬSecretтАЭ Safeguarding Clearance.

RESPONSE SUBMISSION

Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Erik Seastrand and PCO, Lynn Kaniss in either Microsoft Word or Portable Document Format (PDF), via email at,
erik.seastrand@nav.mil and lynn.kaniss@navy.mil.

The deadline for capability statement submission is 31 October 2018 at 11:59 PM Eastern Time.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

All questions must be submitted via email to,
erik.seastrand@navy.mil and lynn.kannis@navy.mil.

The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.

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.

 

Response Date:
103118

Sol Number:
N00421-19-R-0018

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy