DOCUMENT
B -- Aviation Climate Assessment Survey System (ACASS) - Attachment
- Notice Date
- 7/30/2012
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
- Solicitation Number
- N0024412R0076
- Response Due
- 8/21/2012
- Archive Date
- 9/5/2012
- Point of Contact
- Jose Neto, Contract Specialist
- E-Mail Address
-
eto@navy.mil<br
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE NAVSUP Fleet Logistics Center San Diego (FLCSD) is seeking qualified Small Businesses (S/B) sources that have capability to maintain, upgrade, and administer the ACASS as well as publish results regarding the analysis/research of ACASS data. The ACASS program serves to provide Command Safety, and Maintenance Climate Assessment Surveys for all Naval Aviation Squadrons. ACASS serves two primary purposes: (1) it provides unit commanders with real-time feedback on safety issues so they may better focus their mishap prevention efforts, and (2) it collects survey data that feeds research in the areas of human factors and organizational behavior which could lead to the development of more effective mishap-potential metrics. The ACASS process includes: (1) survey log-in management, (2) collection of survey responses, (3) real-time display of comparison data, (4) warning indications of data outside sponsored-established tolerances, (5) intervention strategy interface, (6) assessment activity chart, (7) in-depth research and analysis, and (8) other features tailored to the sponsor's needs. This procurement is anticipated to be a cost plus fixed fee (CPFF) task and NAVSUP FLCSD anticipates issuing a solicitation for one (1) base year and two (2) one-year option periods for a total Period of Performance of three (3) years. The North American Industry Classification (NAICS) Code is 541519 and the Small Business Size Standard is $25.5M. The œDRAFT Performance Work Statement is attached. The purpose of this Sources Sought Notice is to locate and identify qualified S/B sources to determine if sources exist for S/B set aside. Interested S/B firms are invited to respond to this sources sought announcement by demonstrating Technical Capabilities (not to exceed five (5) pages not inclusive of the cover page) that summarizes relevant experience, knowledge, and capabilities consistent with the effort described in the Draft SOW/PWS. Respondents shall provide information related to contracts where the respondent was involved at a comparable level of effort. In addition, interested S/B firms are invited to respond to this sources sought announcement by providing the following: (1) name and address of applicant (corporate/principal office); (2) name, telephone and email address of point of contact; (3) NAICS and Cage Code; (4) contractor ™s technical capabilities statement; and (5) The contractor ™s technical capability or potential approach to achieving technical ability to perform at least 51% of the cost with its own employees. The Technical Capabilities statement should summarize experience and knowledge relative to the PWS draft. The respondent should describe qualifications and experience in working with specific relevant work, providing sufficiently detailed descriptions to allow an accurate assessment of relevancy and nature of the work performed. Technical Capabilities will be evaluated on previous and/or current experience. A determination as to whether this acquisition will be a set-aside for S/B will be based upon responses to this notice. Interested firms are requested to submit information statement electronically by 2:00 p.m. PST on 21 August 2012 to the POC e-mail-address listed. For information regarding this sources sought contact POC, Jose Neto, email jose.neto@navy.mil. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informal purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this notice or any follow-up information requests. Submittal will not be returned to the sender. Respondents will not be notified of the results of the evaluation. NAVSUP FLCSD will utilize the information for technical and acquisition planning only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412R0076/listing.html)
- Document(s)
- Attachment
- File Name: N0024412R0076_CNAF_ACASS_Statement_of_Work_N5702513RC002CG_R20120629.docx (https://www.neco.navy.mil/synopsis_file/N0024412R0076_CNAF_ACASS_Statement_of_Work_N5702513RC002CG_R20120629.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0024412R0076_CNAF_ACASS_Statement_of_Work_N5702513RC002CG_R20120629.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0024412R0076_CNAF_ACASS_Statement_of_Work_N5702513RC002CG_R20120629.docx (https://www.neco.navy.mil/synopsis_file/N0024412R0076_CNAF_ACASS_Statement_of_Work_N5702513RC002CG_R20120629.docx)
- Place of Performance
- Address: CNAF, San Diego, CA
- Zip Code: 92135
- Zip Code: 92135
- Record
- SN02819583-W 20120801/120730235015-3acb9ff89fb8dbccac9a0ac4f4896a52 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |