Closed Solicitation · DEPT OF DEFENSE

    NAWCAD WOLF SCMS DIVISION SPECIAL COMMUNICATION RAPID INTEGRATION FACILITY (SCRIF) FOLLOW-ON SOURCES SOUGHT

    Sol. N00421-25-RFPREQ-4K0000T-0624Sources SoughtPATUXENT RIVER, MD
    Closed
    STATUS
    Closed
    closed May 20, 2025
    POSTED
    May 5, 2025
    Publication date
    NAICS CODE
    541330
    Primary industry classification
    PSC CODE
    N099
    Product & service classification

    AI Summary

    The NAWCAD WOLF SCMS Division is seeking small businesses, including various subsets, to provide engineering and technical services for the rapid installation of C5ISR equipment. This Sources Sought notice is for market research only and does not constitute a solicitation. The anticipated contract will be a Single Award IDIQ with an estimated 1,918,600 man-hours over five years. Interested parties must have a compliant accounting system and a Top Secret Facility Clearance.

    Contract details

    Solicitation No.
    N00421-25-RFPREQ-4K0000T-0624
    Notice Type
    Sources Sought
    Posted Date
    May 5, 2025
    Response Deadline
    May 20, 2025
    NAICS Code
    541330AI guide
    PSC / Class Code
    N099
    Contract Code
    1700
    Primary Contact
    Vicki Mathis
    State
    MD
    ZIP Code
    20670-1545
    AI Product/Service
    service

    Description

    INTRODUCTION This SOURCES SOUGHT is a market research tool to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. 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 NAWCAD WOLF Special Communications Mission Solutions (SCMS) Division integrates and delivers products for Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems. The SCMS Division, operating under the oLSI® model, leverages the Government-owned Aero Space (AS) 9100 International Organization for Standardization (ISO) 9001-certified Special Communications Rapid Integration Facility (SCRIF) to provide rapid integration for C5ISR systems aboard air platforms, small and large commercial and militarized platforms (including vehicles), transit cases, ground mobile communications, fixed-base stations, command centers, and intelligence systems. The purpose of this Statement of Work (SOW) is to support engineering and technical services to rapidly install a variety of C5ISR equipment by assisting with planning and production engineering, assimilation/kitting, integration and verification, logistics and in-service support, and configuration management and technical data support. Place of Performance: Approximately 75% of work will be performed at Government site and 25% of work to be performed at contractor site. Government site(s) are NAWCAD WOLF, St Inigoes, MD, and Naval Air Station, Jacksonville, FL. REQUIRED CAPABILITIES The Contractor will provide support engineering and technical services to rapidly install a variety of C5ISR equipment by assisting with planning and production engineering, assimilation/kitting, integration and verification, logistics and in-service support, and configuration management and technical data support. A draft Statement of Work (SOW) for the requirement is attached. ADDITIONAL INFORMATION 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 “Top Secret” Facility Clearance and “Top Secret” safeguarding of classified information under this contract. The contract vehicle is anticipated to be a Single Award (SA) Indefinite Delivery Indefinite Quantity (IDIQ) with the LOE estimated at 1,918,600 man-hours for the five year ordering period. (not including 52-217-8) The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. ELIGIBILITY The applicable NAICS Code for this requirement is 541330 with a Small Business Size standard of $47 Million. The Product/Service Code (PSC) for this effort is N099, Installation of Equipment – Miscellaneous. The requirement is currently being performed by BAE Systems, Inc. under contract N00421-22-D-0001. Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of this cost-type contract. SUBMISSION DETAILS Interested businesses are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch. Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items: What type of work has your company performed in the past in support of the same or similar requirement? This should include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft SOW. Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, provide details. What specific technical skills does your company possess which ensure capability to perform the tasks outlined in the draft SOW? 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. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. Include in your response your ability to meet the Facility and Safeguarding requirements outlined above. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications and ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). To assist the Government in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. Your response to this Sources Sought shall be electronically submitted to Vicki Mathis and Kyle Pennini in either Microsoft Word or Portable Document Format (PDF) via email at Vicki.m.mathis.civ@us.navy.mil and Christopher.k.pennini.civ@us.navy.mil The deadline for response to this request is 20 May, 2025, 2:00 pm Eastern Daylight Time. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. No phone calls will be accepted. Questions may be submitted via email to Vicki.m.mathis.civ@us.navy.mil and Christopher.k.pennini.civ@us.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.

    Key dates

    1. May 5, 2025Posted Date
    2. May 20, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    NAWCAD WOLF SCMS DIVISION SPECIAL COMMUNICATION RAPID INTEGRATION FACILITY (SCRIF) FOLLOW-ON SOURCES SOUGHT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.