Sources Sought Notice for PID #: N64498-25-RFPREQ-PD-53-0250
Software Development Support of Condition Based Maintenance Plus Enterprise Systems
Scope – The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide In-Service Engineering Agent (ISEA) for Condition Based Maintenance (CBM) assessment systems, requires support in the development, implementation and in-service maintenance of comprehensive, integrated condition-based assessment and continuous monitoring programs for surface ship equipment and systems. These efforts aim at achieving significant and real reductions in maintenance expenditures and increased equipment availability, while maintaining the operational survivability of naval ships and submarines. Program goals are to support total productive maintenance in a realistic waterfront effort that considers all aspects of system/equipment operation, maintenance, and logistics support. To execute its responsibilities, NSWCPD requires the support of maintenance engineering specialists to assist in the development, implementation, and in-service support of CBM software and cybersecurity requirements.
The support required will involve technical, logistics, training, administrative and program management efforts related to diesel engine lifecycle and in-service concerns. The contractor shall provide all services, personnel, facilities, expertise, supplies and parts/materials necessary to effectively execute the tasks listed herein.
It is anticipated that 49,666 man-years of technical support will be needed for each year of this Five-Year contract. The total for all five years is 248,330 man-years.
Incumbent – This work is currently being performed under contract N64498-19-F-3005 by:
Delphinus Engineering, Inc.
3803 West Chester Pike STE 190
Newtown Square, Pennsylvania
19073-2335, United States
Contract Type – A Cost-Plus-Fixed-Fee (CPFF) contract is anticipated.
Period of Performance – The performance period will span five years. Performance is anticipated to begin around 30 August 2025.
Facility Requirements – Location – security clearance.
This sources sought notification is being issued for the purpose of identifying additional large businesses and small businesses with the required expertise that might be interested in responding to a formal solicitation. Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, describing their ability to fulfill this requirement. Capability Statements must include the following:
(1) A complete description of the offeror’s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government’s objectives as stated in the attached draft Statement of Work (SOW),
(2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort,
(3) Demonstrated ability to obtain security clearances at the time of contract award for all personnel expected to provide support in accordance with the above requirement;
(4) A summary of previous corporate experience relevant to the SOW obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers;
(5) A corporate roadmap on how labor categories not currently fulfilled by existing company personnel plan to be filled by the anticipated contract award date;
(6) Any potential subcontracting arrangements being considered at this time. If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met. These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor.
Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.
Note: No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses must be received no later than 5:00pm EST on 14 March 2025 by e-mail to brendan.t.heasley.civ@us.navy.mil.