SOLICITATION NOTICE
R -- PMA 201 JSOW Program Management Support Services
- Notice Date
- 4/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-05-T-0082
- Response Due
- 5/5/2005
- Archive Date
- 5/20/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N00421-05-T-0082 and is a Request For Quote (RFQ) for Program Management Support Services for the Naval Air Systems Command, PMA 201 Precision Strike Weapons Program Office. Place of Performance of the services is China Lake, CA. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02. This requirement is a one hundred (100) percent (%) Small Business Set-Aside for North American Industry Classification System (NAICS) Code 541330. The size standard for NAICS 541330 is $23,000,000.00. Contract Line Item Number (CLIN) 0001 will be for services and other direct costs (ODCs) in support of the Joint Standoff Weapon (JSOW) program of PMA 201 Precision Strike Weapons Program Office. CLIN 0001 will include the labor, travel and material costs associated with the required support. The Performance-Based Work Statement (PBWS) is as follows: 1.0 Requirements The contractor shall provide services required to support the following requirements: Manage government owned and contractor utilized equipment and materials and provide recommendations for disposition of items upon contract close out. Provide an assessment of resources including availability, condition and location. Participate in the preparation and review of statements of work and H-clauses for contracts. Provide recommendations for variations in acquisition of hardware. Provide inputs to conferences, reviews, and meetings to include but not limited to subjects such as testing, safety, hardware management, Six-Sigma Shipping, Risk Management Board, and other working groups. Manage government owned submunition piece parts. Notify the Government when shortages of material are projected. Provide a quarterly status of Government owned material piece parts and equipment for posting to the Government Integrated Technical Information System (GITIS), JSOW Web Site. Contractor format is acceptable. Maintain a status of the design configuration of Government telemetry instrumentation kits (TIKs) to meet test safety requirements and program testing objectives. Analyze and assess these test resources and the components therein and provide recommendations for future hardware acquisitions on a monthly basis. Manage the disposition of anomalies and deficiencies, facilitate rework/repair to system and subsystems, and provide status. Provide the Government Technical Point of Contact (TPOC) a quarterly TIK status (contractor format acceptable) for posting to the GITIS, JSOW Web Site. Provide inputs and participate in conferences, reviews, and team meetings. Inputs/recommendations are required once a year at the Contractor/Government Joint Program Review; approxiamtely three times per year in support of Procurement Planning Conferences and Test Program Working Group Meetings and ?issues only? during bi-weekly Integrated Program Team (IPT) meetings. 2.0 Travel Reimbursement for travel performed shall be in accordance with established Joint Travel Regulation rates. The Technical Point of Contact (TPOC) shall approve all travel performed in support of this task order prior to the commencement of the travel, with exception of travel to destination within the China Lake, CA vicinity which does not require overnight accommodations. Anticipated travel destinations include Tucson, AZ, London, England, Point Mugu, CA, and White Sands, NM. Travel shall be in accorance with the Joint Travel Regulations. Travel may include general and administrative expenses, but shall not include profit. 3.0 Materials All materials not depleted during the performance of this task order shall become Government property upon the completion of this task order. The Contractor shall transfer all materials not depleted to the COR by way of Material Inspection and Receiving Report (MIRR, DD Form 250) within 30 days of completion of the contract. The following applies to any purchases made by the Contractor under this order. Pursuant to 10 U.S.C. sect. 2304(a)(1)(A), unless an exception applies, the Contractor shall obtain full and open competition through the use of competitive procedures. Unless a product falls within an exception contained in Section 2304 or can be classified as a micro-purchase, Section 2304 mandates that the product be purchased on a competitive basis using a competitive procedures as defined in 10 U.S.C. sect. 2302. 4.0 Performance Metrics 4.1 The Performance Metrics established for Deliverables under this small purchase are below. Performance Metrics Tasking Standard AQL Surveillance Method/Measure Incentive (+/-) All Deliverable Items required in performance of this small purchase All reports are clear, consice and on time. 95% of all required deliverables are provided on time. 95% of all deliverables are accurate as written and do not require a rewrite. Surveillance by PMA 201 TPOC (+) Positive response to past performance questionnaire if contacted. (-) Negative response to past performance questionnaire if contacted. The period of performance will be from 1 June 2005 through 31 December 2005. Inspection and Acceptance will be conducted by the Government at Destination. The provision at 52.212-1 Instructions to Offerors-Commercial applies to this acquisition. The provision at 52.212-2 Evaluation- Commercial Items applies to this acquisition as follows: paragraph (a): The following factors in descening order of importance shall be used to evaluate offers: (i) technical - personnel, (ii) past performance, (iii) price. Technical and past performance, when combined, are more important than price. Technical -Personnel ? Quotation Instructions: The offeror shall describe the qualifications and type of people in its organization who will perform the services. The proposed personnel must be capable of working alone and must be familiar with the PBWS requirements. Explain how the proposed personnel will be applied to the contract and why the qualifications of the people are a good fit with the PBWS. Provide a resume including education and experience for proposed people. Selection Criteria: Personnel will be evaluated to assess the appropriateness of labor categories/mix/total hours to perform the task described in the PBWS. Past Performance ? Quotation Instructions: The quotation shall include a list identifying three recent contract/orders for services that are directly similar in scope, magnitude and complexity to those described in the PBWS, annotated to briefly describe the services provided and the customer to whom they were provided. Selection Criteria: Past Performance will be evaluated to assess the degree to which the contractor?s past performance demonstrates quality performance of same or similar tasks as described in the PBWS. Price ? Quotation Instructions: This will be a Firm Fixed Price (FFP) contract using Simplified Acquisition Procedures for Commercial Items. Provide a FFP proposal that includes labor, travel and material costs in support of the PBWS. Selection Criteria: Price will be evaluated on the fully-burdened labor rate per labor category for each labor category proposed multiplied by the number of labor hours proposed for each labor category and other direct costs, such as travel and material Offerors are required to include a copy of the provision at 52.212-3 Offeror Representations-Commercial Items with their offer. The clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items, applies to this acquisition with the following FAR clauses cited in the clause applicable: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. Clause 252.204-7004 Alt A Central Contractor Registration applies to this acquisition. Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items applies to this acquisition with the following clauses cited in the clause applicable: 52.203-3, 252.227-7015, and 252.227-7037. Numbered Note 1 applies to this acquisition. Questions regarding the information contained herein may be addressed via mail or electronic mail to the contract specialist, Christy Schumacher, at Christy.Schumacher@navy.mil. No phone calls will be accepted. Offers are to be submitted by electronic mail to the specialist at Christy.Schumacher@navy.mil. Offers are due on 5 May 2005 at 2:30 p.m. EST. Offers without a return address, mailing address, and company telephone number will not be recognized.
- Place of Performance
- Address: China Lake CA
- Zip Code: 93555
- Country: United States of America
- Zip Code: 93555
- Record
- SN00792872-W 20050422/050421084013 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |