Intelligence, Surveillance, Reconnaissance, and Targeting (ISR&T)

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159729702853949
Posted Date: May 1, 2024
Due Date: Apr 30, 2024
Solicitation No: N6893624R0005
Source: Members Only
Follow
Intelligence, Surveillance, Reconnaissance, and Targeting (ISR&T)
Active
Contract Opportunity
Notice ID
N6893624R0005
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 30, 2024 04:55 pm PDT
  • Original Response Date: Apr 30, 2024 05:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 30, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AC13 - NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
Description

NO RESPONSE NEEDED





******* THE PURPOSE OF THIS AMENDMENT IS TO INFORM INDUSTRY THAT THE SOURCES SOUGHT POSTED UNDER SOLICIATION NUMBERS N6893623R0003, WILL BE POSTED UNDER SOLICTATION NUMBER N6893624R0005 EITHER IN LATE MAY OR EARLY JUNE 2024.





ADDITIONALLY, ALL INTERESTED PARTIES MUST BE CAPABLE OF PERFORMING THE SOW IN ITS ENTIRETY AND HAVE ACCESS TO A SECRET CLASSIFIED INFORMATION FACILITY FOR TS/SCI. ALL OTHER INFROMATION REMAIN THE SAME.







BACKGROUND





The Mission Engineering Division (40M200D) in the Mission Engineering and Analysis Department (40M000D) of the Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Weapons Division (NAWCWD) supports Department of Defense (DOD) Agencies and Programs by providing research and development of Dynamic Integrated Operations (DINO) Future Naval Capability (FNC) and Rapid Adaptive Planning Time Sensitive Targeting Offensive Responsive Strike (RAPTORS) FNC Targeting Support segment advanced prototypes and final transition to Programs of Record (PoR), and to the war fighter.





The Division serves as a focal point for defining system requirements, system design and integration plans, prototype systems development, and testing and evaluation (T&E) focusing on advanced concepts and prototype development for Programs and/or Agencies that field systems or components that support or derive ISR&T products. Technical performance obtained hereunder will be applied to the installation, testing, training, and deployment of Navy and National Community-sponsored prototype systems.





OBJECTIVE





The objective is to collect information regarding potential sources capable of providing the requirements listed in the sources sought. In addition to searching the market for qualified vendors, the results of the sources sought may be utilized to determine if any Small Business Set-Aside opportunities exist per NAICS (North American Industry Classification System) 541715, small business standard of 1,000 employees. All Small Business Set-Aside categories will be considered. The Government requests that all companies, both Large and Small, submit their business size by NAICS code. If your company is a Small Business, please specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small business (EDWOSB) to the Government's Contract Specialist, Aretha Jones (aretha.y.jones.civ@us.navy.mil).





REQUIRED CAPABILITIES





As identified in each Task Order issued in the contracts, the contractor shall provide prototypes and deployable systems precipitated from the following types of RDTE activities:





a. Research and analysis activities that will focus on the resolution of issues that affect future Navy and Joint Service ISR&T requirements.





b. Systems and software engineering activities in the development, integration, testing, and fielding of prototype ISR&T systems. Requirements analysis and evaluation to enable development of prototype systems associated with the tasking, posting, processing, and use of national and tactical imagery, full motion video (FMV), electronic intelligence (ELINT), SIGINT data and derived products.





c. Systems and software engineering activities in the development, integration, testing, and fielding of prototype Battle Management Aid (BMA) that enhance ISR-OPS integrated kill chain synchronization for Over the Horizon (OTH) Naval Long-Range Fires (LRF) supporting Maritime Dynamic Targeting operations.





d. Transition activities requiring installation, demonstration, experimentation, testing and/or training for



Joint/Coalition exercises where previously developed or emerging capabilities will be integrated, tested, and deployed on existing systems. Transition will require interfaces to systems related to collection management, ISR tasking, processing, and exploitation, precision target point mensuration, intelligence product data, and FMV dissemination. Development and delivery of training materials, operator manuals, security accreditation materials, maintenance, and installation documents will be required for systems that transition to operations.





SPECIAL REQUIREMENTS:





A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance. Requires the ability to obtain a SCIF “Sensitive Compartmented Information Facility” clearance.





The contractor must demonstrate the following requirements: Industry Standards - IEEE/EIA Std 12207 Information Technology – Software Life Cycle Processes; Continuous Process Improvement (CPI) methodology in place with documented improvements and IT (Clinger-Cohen Act); Web Sites, Web Enablement and Application / System Development, Modification, and Maintenance Support Services; Information Assurance (IA) and Contractor Networks and Connections.





The contractor must provide personnel with a valid state motor vehicle operator's license as proof that they have achieved the proficiency level that is required to safely operate government vehicles on military installations.





All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/.







SUBMISSION DETAILS:





All interested sources shall submit the following information in a capabilities statement package not to exceed 5 written pages (single-sided 8.5-11 inch pages), in files readable by Adobe Reader 10 or Microsoft Word 2007, with no font small than 10 point demonstrating ability to perform the specific requirements discussed above. This documentation must address, at a minimum, the following:





1. Company details including: Company Name, Cage Code, DUNS Number, company Address,



Company Business Size, Technical and Management Points of Contact: names, phone numbers, and e-mail addresses.





2. Prior/Current corporate experience performing efforts of similar scope within the last 10 years,



including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government Point of Contact with current telephone number and e-mail address, a brief description of how the contract referenced relates to the services described herein.





3. A capability statement that addresses the ability to meet the requirements defined above as well as completing the attached Capabilities Questionnaire (Attachment 1). The capability statement shall delineate between the distinct fields of work included in the scope and describe whether the company can fulfill all and or some of the requirements. The Government may elect to request additional information from any company who fully responds to the questionnaire.





If submitting a capabilities statement package by e-mail (preferred method), the following restrictions apply: (1) Limit graphics; (2) The contents of the email cannot exceed 5MB; (3) Use standard file extensions: doc, xls, pdf, zip, ppt; (4) The following attachments will not be received by recipients on the NMCI system: .avi, .bat, .cmd, .com, .dll, .eml, .exe, .pif, .scr, .shs, .vbs, and .vbe; (5) Send packages to:aretha.y.jones.civ@us.navy.mil





Please submit capabilities statement package by email. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx





Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdat





Submittals of capabilities statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for procurement action. This announcement is for informational purposes only.


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 30, 2024 04:55 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 >