Back to tenders & grants page
Systems Engineering Support
Receive Tenders like this by email

Systems Engineering Support

Systems Engineering Support has been closed on 28 Feb 2022. It no longer accepts any bids. For further information, you can contact the

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

Not available

Industry:

Business Services

Status:

Closed

Timeline

Published:

16 Feb 2022

Deadline:

28 Feb 2022

Value:

Not available

Contacts

Name:

Tiffany L Corbett

Description

https://sam.gov/opp/76498eff85a942cdb0e8b5947fc64f62/view

UPDATE: 16 Feb 2022: Amended submission due date from 28 Feb 2021 to 28 Feb 2022.

-------------------------------------------------------------------------------------

The Naval Air Warfare Center - Aircraft Division (NAWCAD) Systems Acquisition Group, Systems Engineering Department, at Patuxent River, MD announces its intention to procure up to 3 contracts with approximately 50 task orders, on a competitive basis for systems engineering contractor support services in support of Naval Air Systems Command (NAVAIR). The services are currently being performed by SAIC of 43880 Commerce Ave, Hollywood, MD 20636 under N00421-18-D-0017; APC of 22111 Three Notch Rd, Lexington Park, MD 20653 under N00421-18-D-0016; and Tekla Research Inc. of 46610 Expedition Dr #201, Lexington Park MD 20653 under N00421-18-D-0015.  The purpose of this Sources Sought is for Market Research.

PLACE OF PERFORMANCE

These services are anticipated to be performed at:

NAS Patuxent River, MD* - On-Site: 20%; Off-Site: 80%

*Other potential locations include: Marine Corps Air Station (MCAS) Cherry Point, NC; and NAVAIR Lakehurst, NJ and/or at a secure contractor facility (other locations may be determined during performance). 

The contractor shall perform services at contractor facilities located within 50 miles of the Naval Air Station (NAS), Patuxent River, MD with the exception of occasional meetings to be held at NAS Patuxent River, MD.  Travel and associated per diem shall not be authorized to and from the duty station. 

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.

PROGRAM BACKGROUND

The Systems Engineering Department of the Naval Air Warfare Center Aircraft Division (NAWCAD) performs systems engineering associated with the full life cycle of a weapon system from concept development to disposal and is applied to all Naval Aircraft (Tactical, Vertical Lift, Maritime, UAV's, Targets and advanced weapons), Foreign Military Sales (FMS) and support systems.  The department carries out its work by providing uniquely qualified technical personnel to Integrated Program Teams, Externally Directed Teams and by conducting enterprise programs.  The department encompasses air vehicle-related systems engineering and technical domains including Aviation/Ship Integration, Air Platform Stores Integration, Mass Properties, Combat Survivability, Metrology, and System Product Integrity.

Provide Systems Engineering subject matter experts and programmatic engineering support for Air Platform Systems, Aviation/Ship Integration, Air Platform Stores Integration, Mass Properties, Combat Survivability, Metrology, and System Product Integrity across the following Program Management Administrations (PMA): PMA-213, PMA-234, PMA-257, PMA-273, PMA-265, PMA-231, PMA-251, PMA-259, PMA-272, PMA-230, PMA-207, PMA-264, PMA-274, PMA-276, PMA-261, PMA-271, PMA-275, PMA-290, PMA-299, PMA-262, PMA-263, PMA-266, PMA-268, PMA-201, PMA-208, PMA-242, PMA-280, PMA-281, PMA-202, PMA-209, PMA-260, PMA-205, PMA-266, Air Works APMSE, LOG IT APME, APEO (JSF), and APME PMA-298.

ANTICIPATED PERIOD OF PERFORMANCE

The anticipated period of performance includes a five (5) year ordering period.  The anticipated start date is 1 May, 2023.

ANTICIPATED CONTRACT TYPE

The contract type is anticipated to be a hybrid type vehicle consisting of both Cost Plus Fixed Fee and Firm Fixed Price CLINs, with an estimated total Level of Effort of approximately 3,015,072 man-hours (based on 1,920 hours per year) over a period of five years. The procurement is planned to be a single award Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with up to 50 task orders.

REQUIREMENTS

Labor categories anticipated to execute the contemplated services include:

Program Manager, Senior (KEY) (SECRET Clearance Required) BLS SOC No. 11-1021

Engineer / Scientist, Senior (SECRET Clearance Required) BLS SOC No. 17-2000

Engineer / Scientist, Journey Level (SECRET Clearance Required) BLS SOC No. 17-2000

Engineer / Scientist, Junior (SECRET Clearance Required) BLS SOC No. 17-2000

Systems Engineer, Senior (KEY) (SECRET Clearance Required) BLS SOC No. 17-2000

Systems Engineer, Senior (SECRET Clearance Required) BLS SOC No. 17-2000

Systems Engineer, Journey Level (SECRET Clearance Required) BLS SOC No. 17-2000

Systems Specialist, Senior (SECRET Clearance Required) BLS SOC No. 15-1121

Operations Research Analyst, Senior (KEY) (SECRET Clearance Required) BLS SOC No. 15-2031

Operations Research Analyst, Senior (SECRET Clearance Required) BLS SOC No. 15-2031

Operations Research Analyst, Journey Level (SECRET Clearance Required) BLS SOC No. 15-2031

Engineering Technician, Senior (SECRET Clearance Required) BLS SOC No. 17-3029

Engineering Technician, Journey Level (SECRET Clearance Required) BLS SOC No. 17-3029

Systems Analyst, Senior (SECRET Clearance Required) BLS SOC No. 11-3021

Systems Analyst, Journey Level (SECRET Clearance Required) BLS SOC No. 11-3021

Program Analyst, Senior (SECRET Clearance Required) BLS SOC No. 13-1111

Program Analyst, Journey Level (SECRET Clearance Required) BLS SOC No. 13-1111

Configuration Management Analyst (SECRET Clearance Required) BLS SOC No. 13-1111

Foreign Military Sales Analyst (SECRET Clearance Required) BLS SOC No. 13-1111

Outlined Tasking:

CONTRACT PROJECT MANAGEMENT

SYSTEMS ENGINEERING

Specifically supporting the following high-level functions:

  • Technical Reviews
  • Requirements Management
  • Concept Definition
  • Operational Concepts Analysis
  • Interface Management
  • Integrated Product Teams/Working Groups
  • Earned Value Management
  • Flight Clearance
  • Program Assessments
  • Program/Project Cost Estimates
  • Acquisition Milestone Documentation
  • Program Planning/Future Planning
  • Analysis of Engineering Change Proposals
  • Engineering Investigations
  • Configuration Management (Primary disciplines include: Planning, Configuration Identification, Configuration Control, Interface Management, Configuration Audits, Configuration Status Accounting)
  • Aircraft Systems / Subsystems Integration
  • Air Platform Technology Insertion
  • Mission Planning Requirements Analysis
  • Functional and Design Requirements Analysis
  • Specification Development/Review
  • Simulation Facility Studies and Analysis
  • Test & Evaluation Support – Requirements, Plans and Procedures Development
  • Non-Cooperative Target Identification, Multi-Sensor Integration
  • Independent Verification and Validation
  • Technology Transfer Program
  • Network Centric Warfare
  • Mission Planning System Design, Integration and Evaluation
  • Mission Scenario/Time Line Analysis
  • System Engineering Transformation

SYSTEMS SPECIALTY ENGINEERING

Specifically supporting the following high-level functions:

  • Air and Ship Systems Integration
  • Mass Properties Control and Management
  • Survivability Engineering
  • Survivability Technology Expertise
  • Manufacturing and Quality
  • Air Platform Stores Integration
  • Metrology

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 in terms of cost of performance in accordance with FAR Clause 52.219-4. The contractor and personnel shall have the capability to perform the work up to the classified level.

ELIGIBILITY

The Product Service Code (PSC) for this requirement is R425; the NAICS is 541330. 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. 

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 on the SAM.gov website for acquiring the services.  Prior to that, a synopsis with regards to this requirement will be released in SAM.gov. It is the responsibility of potential offerors to monitor these sites for additional information pertaining to this requirement.

SUBMITTAL INFORMATION

It is requested that interested businesses submit to the Contracting Office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above.  This documentation must address, at a minimum, the following: 

  1. 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 type, contract values (value of the prime contract and if applicable, the value of your subcontract if you were not the prime), Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein.
  2. How many PMA’s has your company managed previously?
  3. Please provide details, of how people, dollar, and hours will be managed; keeping in mind this contract is anticipated to have up to 50 task orders.  Include how communication with the government and employees will be handled from on boarding to departure.  Include how the remaining prior year labor hours and funding will be handled.
  4. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement.
  5. 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.
  6. Management approach to staffing this effort with qualified personnel.
  7. Statement regarding capability to obtain the required industrial security clearances for personnel.
  8. Provide an explanation of your company’s ability to perform the tasking outlined above for the 5 year period.  (FAR 52.219-4 applies to Small Business concerns).
  9. Company’s ability to begin performance upon contract award.
  10. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc.
  11. Respondents to this notice must also indicate whether they 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.

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.

Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.

The capability statement package shall be sent by email to Tiffany Corbett at [email protected].  Submissions must be receive no later than 10:00 a.m. Eastern Standard Time on 28 Feb 2022.  Questions or comments regarding this notice may be addressed to Tiffany Corbett at [email protected].  No phone calls will be accepted.

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 notice.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more