Skip to main content

An official website of the United States government

You have 2 new alerts

Request for Information: Synthetic Signature Guidance (SSG) Trainers - N00167-21-R-0009

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Updated)
  • Updated Published Date: Jul 16, 2021 07:05 am EDT
  • Original Published Date: Jul 14, 2021 04:04 pm EDT
  • Updated Response Date: Aug 04, 2021 04:00 pm EDT
  • Original Response Date: Aug 04, 2021 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 19, 2021
  • Original Inactive Date: Aug 19, 2021
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AC13 - NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Bethesda , MD 20817
    USA

Description

THIS IS NOT A REQUEST FOR PROPOSAL (RFP) - AWARD OF A CONTRACT WILL NOT BE MADE AS A RESULT OF THIS NOTICE. ADDITIONALLY, CONTRACTORS WILL NOT BE COMPENSATED FOR COSTS RELATED TO RESPONSE PREPARATION AND/OR SUBMITTAL.

The Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division, (NSWCCD) has a follow-on requirement to provide scientific, engineering, and technical services required for the design, development, fabrication, integration, test, fleet implementation, and maintenance of Synthetic Signature Generation (SSG) based simulation systems.

Included with this notice is a draft Statement of Work (SOW), draft personnel qualifications, draft cybersecurity workforce requirements matrix, and a market research questionnaire for industry review/completion. The draft SOW, draft personnel qualifications, and draft cybersecurity workforce requirements matrix is being provided to request comments and questions from potential offerors. The market research questionnaire is intended to assist the Government in determining the probability of small or large business prime contractors responding to a future RFP for this requirement. The Government anticipates making future decisions regarding the acquisition strategy based upon responses received from both small and large businesses that indicate an interest and demonstrate capability to perform the required effort.

The Government's current acquisition strategy includes the following:

  • Non-performance based services for CPFF CLINs;
  • Cost only CLINs for Other Direct Costs (ODC) for material and travel;
  • Best value trade-off source selection procedures
  • Period of performance of five (5) years consisting of one (1) 60-month ordering period.

The North American Industrial Classification System (NAICS) code is 541330, Engineering Services. The associated size standard is $41.5M in annual receipts. For more information about size standards, please refer to http://www.sba.gov.

The work is currently being performed under Contract N00167-19-D-0004 by Leidos, Inc. at 11951 Freedom Drive, Reston, VA 20190-5640.

Interested parties/potential offerors are encouraged to respond to this notice with questions, comments, and completed questionnaires as soon as possible, but not later than 4 August 2021. In addition to identifying questions and comments regarding the draft SOW, draft personnel qualifications, and draft cybersecurity workforce requirements matrix,  please complete the attached questionnaire to the best of your ability. All responses shall be submitted via email to James M. McGarvey, Contract Specialist, at james.m.mcgarvey@navy.mil. 

Please note that no Government response will be provided to questions/comments submitted in response to this notice and respondents will NOT be notified of the results of the market research questionnaire. All questions/comments will be reviewed by the Government to assist in identifying revisions to be incorporated in the draft SOW, draft personnel qualifications, and draft cybersecurity workforce requirements matrix. All market research questionnaires will be reviewed and the information will assist the Government in finalizing its acquisition strategy, including a determination regarding the utilization of a small business set-aside. All information will be kept confidential and will not be disseminated to the public.

This advance notice and market research questionnaire is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.

Contact Information

Contracting Office Address

  • CARDEROCK DIVISION 9500 MACARTHUR BOULEVARD
  • BETHESDA , MD 20817-5700
  • USA

Primary Point of Contact

Secondary Point of Contact

History