FURY Product Sustainment and Engineering

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159149087763076
Posted Date: Apr 19, 2024
Due Date: May 3, 2024
Solicitation No: N6893624R0021
Source: Members Only
Follow
FURY Product Sustainment and Engineering
Active
Contract Opportunity
Notice ID
N6893624R0021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC WD
Office
NAVAL AIR WARFARE CENTER
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 19, 2024 12:37 pm PDT
  • Original Response Date: May 03, 2024 02:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 03, 2025
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
Description

1.0 INTRODUCTION



a. The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA intends to award a sole source contract to CorNic Technologies for the acquisition of products and services associated with FURY systems, supporting DoD and foreign, T&E, and Training Ranges (hereinafter Ranges) engaged in pre-deployment aircrew training and weapons and countermeasures development. The purpose of this sources sought is to determine if there are other companies capable of providing the required services in a competitive procurement and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) cod 541330 for Engineering Services. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such, this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought, a synopsis and/or solicitation announcement may be published.



2.0 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY.



3.0 PROGRAM BACKGROUND



The Aircrew Electronic Warfare Tactical Training Ranges (AEWTTR) Integrated Product Team (IPT) at the Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA, have previously procured FURY products. FURY systems are fielded world-wide in support of the tactical training ranges providing aircrew training. In addition, the FURY family of systems is information assurance compliant and approved through the required cyber security authorization process of Risk Management Framework (RMF) with a current Authorization to Operate (ATO) which allows for these systems to be connected to the various range networks and require ongoing continuous monitoring and cyber related sustainment.



This is not a follow-on contract.



Place of Performance: The efforts will be performed in China Lake, California



Contract Type: The Government is considering a Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) Contract with a (5) five year ordering period.



4.0 SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES



The AEWTTR IPT program is requesting for a Contractor to apply systems engineering principles and practices to deliver complete end items, software, components, building blocks, assemblies, instrumentation, equipment, devices, documentation and spare parts associated with FURY. In additions, the Contractor will need to provide performance specifications, manuals, Technical Data Packages (TDPs), reports, and drawings as specified by Task/Delivery Orders.



The Government requests that responses to this sources sought include the following:



1. FURY sustainment and Service Life Extension. The Contractor shall maintain, repair, update, modify, test, deliver, and integrate components to the systems. Systems that require sustainment or service life extension may include software development and upgrade and/or hardware integration of end items. The Contractor shall maintain the Government-approved system configuration for hardware and software baselines. The Contractor shall conduct Engineering Investigations (EIs) based on failures and Deficiency Reports (DRs) submitted by Ranges. In conducting diagnostics of malfunctions and failures, the Contractor may determine parts to be beyond economical repair, obsolete, or are no longer available. If so, the Contractor shall identify a possible modification or alternate corrective action, and provide the Government with an estimated cost to repair or modify, and an estimated completion time for the parts. If the end item configuration requires alteration, prior to conducting changes, the Contractor shall submit a change proposal for approval. The Contractor shall generate failure reports, Requests for Variance (RFVs), and Engineering Change Proposals (ECPs) to remedy equipment failures. The Contractor shall document all maintenance required to repair the system. All documentation shall be stored in a Government-specified, web accessible, electronic library. System service life extension shall incorporate new modifications and enhancements into hardware/software baselines to extend systems service life.



2. Studies, Analyses, and Site Surveys. The Contractor shall travel to ranges identified in Appendix B, analyze, assess, and provide upgrade solutions to improve functionality of currently fielded systems. Elements that shall be considered are quality, reliability, maintainability, interoperability, foreign threat intelligence data, frequency allocation applications, vulnerability to high-power irradiation, and EW threat presentation capabilities by the Ranges. The Contractor shall deliver the data and results of the analysis that shall include operational risk management (ORM) associated with the operation of FURY peripheral instrumentation, and networks.



3. FURY SSA. The Contractor shall provide engineering, configuration management/data management (CM/DM), and logistics, in support of AEWTTR IPT located at NAWCWD China Lake. The Contractor shall respond to trouble calls from the Ranges and provide corrective actions and inventory status. The Contractor shall provide a response to the requests within 5 business days of received trouble call.



4. System Accreditation. The Contractor shall provide the technical expertise and means to develop documentation in support of FURY compliance with System Security Accreditation Agreement (SSAA), RMF or variants, Authority to Connect (ATC), and ATO.



5. Training. The Contractor shall create or modify documentation covering the operational procedures of newly developed or modified FURY products. The Contractor shall provide training for the operation of systems and the preventive field maintenance of systems and components. Training may include hands-on training, classroom training, instruction manuals, or online tutorials.



6. Future Capabilities. The Contractor shall assess new FURY products and their impact on Aircrew Training Systems. The Contractor shall create concepts, engineering models, prototypes, surrogates of production units and integrate into ranges capabilities, combat training systems and readiness.



7. New Capabilities Production and Fielding. The contractor shall develop and produce product updates or new capabilities and solutions as required to fill aircrew and ship-board training needs.



8. FURY User Group/Program Events & Support. The contractor shall coordinate and host an annual user group meeting including the AEWTTR IPT in order to maintain the communication channels, support ongoing issues resolution, discuss future FURY capability needs and other program activities including program management reviews as required as funded at the order level.





5.0 ELIGIBILITY



a. The applicable NAICS code for this requirement is 541330, Engineering Services, with a Small Business Size Standard of $16.5M-$22.5M.



b. The Product Service Code is 5840, Radar Equipment, Except Airborne.

c. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far).



To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government’s capability determination.



6.0 SUBMISSION DETAILS



a. Interested parties shall submit a brief document outlining their capabilities in meeting the special requirements and required capabilities as outlined in paragraph 4.0 of this Sources Sought Notice.



b. Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.



1. Page Limit and Format: No more than fifteen (15) 8.5” X 11” inch pages in length in Times New Roman font of not less than 10 point.



2. Document Type: Microsoft Word, Adobe PDF, etc.



3. Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Beth Steude at beth.a.steude.civ@us.navy.mil.



4. Response date: Responses are due by 2:00PM PST on 03 MAY 2024.



5. No classified information shall be submitted in response to this Sources Sought.



6. No phone calls will be accepted.



7. All responses shall include:



a. Sources Sought Notice name/number,



b. Include your company name, address, point of contact name, phone number, fax number, and email address.



c. Include your company profile to include office location(s), cage code, and UEI number.



d. Describe your company size by number of employees, and if your company size is large or small according to the 541330 NAICS code size standard.



e. If your company is a small business, specify if it is any of the following: Service-Disabled Veteran Owned Small Business (SDVOSM), HUBZone Small Business, 8(a) concern, Woman-Owned Small Business (WOSB), and Economically Disadvantaged Woman-Owned Small Business (EDWOSB).



f. Under a Small-Business Set-Aside, in accordance with 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is a small business, provide an explanation of your company’s ability to perform at least 50% of the required tasking.



8. 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.



Any information or materials provided in response to this Sources Sought Notice will not be returned. 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 this Sources Sought Notice.


Attachments/Links
Contact Information
Contracting Office Address
  • WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015
  • CHINA LAKE , CA 93555-6018
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 19, 2024 12:37 pm PDTSources Sought (Original)

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 >