Design, Development, Testing, Deployment, and Maintenance of Engineering Solutions for United States Navy (USN) ASW/USW Tactical Planning and Employment.

Agency: DEPT OF DEFENSE
State: Maryland
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159352338608699
Posted Date: Apr 25, 2024
Due Date: May 10, 2024
Solicitation No: N00019-24-RFPREQ-APM264-0049
Source: Members Only
Follow
Design, Development, Testing, Deployment, and Maintenance of Engineering Solutions for United States Navy (USN) ASW/USW Tactical Planning and Employment.
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-APM264-0049
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 25, 2024 03:57 pm EDT
  • Original Response Date: May 10, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

1.0 INTRODUCTION





This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement.





The Naval Air Systems Command, (NAVAIR) Patuxent River, Maryland, Air Anti-Submarine Warfare Systems (ASW) Program Office (PMA-264) has the requirement for Fiscal Years (FY) 2025 through 2029 for issue resolution, upgrade/improvement, and maintenance of the existing airborne Anti-Submarine Warfare (ASW) fleet product, Active System Performance Estimate Computer Tool (ASPECT). This requirement includes design, development, testing, deployment, and maintenance of engineering solutions for Navy ASW/USW tactical planning and employment.





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."





2.0 BACKGROUND



Tactical and environmental planning and adaptation are critical to the success of ASW/USW missions, especially in challenging littoral environments, which are often characterized by a high degree of spatial and temporal variability. In response to these challenges, the product/software termed ASPECT is developed to use environmental sensor data to aid the tactical ASW/USW war-fighter. ASPECT is NAVAIR’s multi-static ASW MPT for both Fleet and Research & Development use. It is used for both pre-flight and in-flight mission planning to evaluate alternatives and develop effective tactical search plans based on available environmental data and threat data, providing recommendations for an integrated executable deployment strategy for both environmental sensors and tactical sensors. ASPECT additionally provides insight into actual performance when used with actual locations and position in reconstruction and post mission analysis.





3.0 REQUIRED CAPABILITIES



Potential vendors must:




  1. Develop and maintain an integrated optimization capability and enhance reconstruction capability.

  2. Implement emerging technologies using portable software implementations and implement it according to state-of-the-art industry interface standards.

  3. Incorporate a life-cycle maintenance capability by employing source code management system to track current and future changes, automated testing, cross-platform practices, and online issue tracking.

  4. Provide a means to evaluate advanced concepts for maturing ASW/USW technologies.

  5. Exploit and promote commonality in both planning and processing across all ASW/USW platforms including air surveillance, surface ship, and submarine systems.

  6. Support Information Assurance (IA) requirements and develop any required software technology information conformance.

  7. Provide software maintenance and upgrades as required by the Fleet.

  8. Participate in ASW/USW meetings and conferences as required to provide presentations and/or obtain knowledge useful to the ASPECT mission.





4.0 SPECIAL REQUIREMENTS



This contract supports MAC systems enhancements, alignment with the P-8A Application based Architecture development, passive planning capability, improved acoustic tools, improved Operator Machine Interface, and optimization and reconstruction improvements.





5.0 ELIGIBILITY



The Product Support Code (PSC) for this requirement is AC13. The North American Industry Classification System (NAICS) code is 541715.





The proposed acquisition will include a Conflict-of-Interest Solicitation provision and Contract Clause as set forth in FAR Subpart 9.5.





All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who possess the supplies and services provided in this notice and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this notice.





6.0 SUBMITTAL INFORMATION



It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating the capability to meet the requirements of this notice. This documentation must address, at a minimum, the following:




  1. A company profile to include Company name, business size under North America Industry Classification System (NAICS) Code 541715, office location(s), Point of Contact (POC) name, phone number, email address, Commercial And Government Entity (CAGE) code, and Unique Entity ID (UEI). Include a brief description of any applicable contracts relating to the supplies and/or services described herein.

  2. Prior/current industry experience of similar size and scope as referenced in section 3.0 ‘Required Capabilities’. Address the proposed management approach to staffing the effort with qualified personnel. Include corporate management policies, quality certifications, and the experience level of currently employed personnel to be assigned tasks under this effort.

  3. Provide documentation of the company's ability to begin performance immediately upon contract award projected in FY 2025, to include a detailed plan and estimated schedule(s) of performance. Include any deviation or impact, if applicable.

  4. Provide documentation to show the company's ability to meet the Required Capabilities, Special Requirements, and Eligibility of this notice.





Media: One (1) electronic copy is required. Submissions should be in Adobe PDF. Note that large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security.





Means of Delivery: Submissions must be received no later than the Response Date of this notice. The capability statement package and/or questions or comments regarding this notice may be sent by email to Travis Guy at



david.t.guy.civ@us.navy.mil.





Primary Point of Contact:



“Travis” David Guy



Contract Specialist



david.t.guy.civ@us.navy.mil





Secondary Point of Contact:



Gina M. Bailey



Procurement Contracting Officer



Gina.m.Bailey@us.navy.mil





Contracting Office Address:



47126 Buse Road, Building 2272



Patuxent River, Maryland 20670 United States


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >