Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2014 FBO #4449
MODIFICATION

R -- Integrated Logistics Support - Responses to Sources Sought RFI

Notice Date
1/27/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC EXWC Port Hueneme, Naval Facilities and Expeditionary Warfare Center, 1000 23rd AVE, Port Hueneme, California, 93043-4301, United States
 
ZIP Code
93043-4301
 
Solicitation Number
N39430ILS2014
 
Archive Date
2/16/2014
 
Point of Contact
Euclid-Jake P. Posadas, Phone: 8059824217, June E. Haynes, Phone: (805)982-5095
 
E-Mail Address
euclidjake.posadas@navy.mil, june.haynes@navy.mil
(euclidjake.posadas@navy.mil, june.haynes@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 5 Amendment 01 to the Sources Sought N39430ILS2014. Responses to questions. Amendment 01: This is to respond to questions about the sources sought. Question 1: Sections 3.8.3 and 6.3 reference an Attachment 5. Answer 1: See Attached Attachment 5. Question 2: Section 5.4.3.1 references an Appendix I is refereing to RELIMINARY ALLOWANCE LISTS (PALS): We did not supply any minimum data requirements for loading into ERP for PAL development. Answer 2: Please refer to Appendix I of the NAVSEA TECHNICAL SPECIFICATION 9090-1500, POLICIES AND PROCEDURES MANUAL PROVISIONING ALLOWANCE, AND FITTING OUT SUPPORT (PAFOS). Question 3: Section 5.6 Packaging, Handling, Storage, and Transportation (PHS&T) has only a header and no text. Should the bidders address PHS&T capabilities in general, or are there specific tasks/experience that NAVFAC EXWC is looking for? Answer 3: Section will be filled out to identify anticipated PHS&T requirements. This section will include requirement to review, evaluate, coordinate, provide recommendations and plan the preservation, packaging, handling and transportation of NAVFAC Systems, Equipment and support items including rotatable pools and major spares. It will include IUID marking requirements and the evaluation of equipment for Certification requirements (Rail, air, and ship), road transportation limits or lift/carry requirements and provide PHS&T Planning and recommendation documents. Question 4: Can you specify which certifying authority/authorities or standards for RCM Level I and Level II certification will be acceptable under PWS 3.7? There are several agencies in the Government as well as companies granting RCM "certification." Answer 4: (Navy) NAVSEA 04RM Certifications are required. Question 5: Please verify the experience and qualification requirements for "Technical Senior/Lead Technician" (PWS 4.3) and in particular please identify the task requirements in PWS 5.0 that require experience in "designing and execution of test and evaluation demonstrations, experiments and assessments," as well as experience in "sensors integration" and "sensors miniaturization." Answer 5: T echnical Senior/Lead Technician: Individuals must have the following: a. At least four (4) years experience in planning, designing and execution of test and evaluation demonstrations, experiments and assessments; b. Experience in military operations, logistics, technical editing/writing, data program management, equipment specialist, communications, requirements analysis and development, system engineering, implementation of advance engineering and logistics concepts, technical support, data management, data reduction and tailoring of information, integration of information systems and/or modeling; c. Secret Clearance at time of the proposal submission. (end of Amendment 01.) Description: THIS SOURCES SOUGHT NOTICE IS AN ADVANCE NOTICE FOR INFORMATION, MARKET RESEARCH, AND PLANNING PURPOSES ONLY. NO SOLICITATION IS AVAILABLE AT THIS TIME. This is not a solicitation for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In preparation for a future procurement, Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) requires contractor support to provide Technical and Support Services for the Integrated Logistic Support. Required services may be performed at any location worldwide for any Federal Agencies that EXWC is supporting, but work will predominately take place at the contractor's facility. The purpose of this contract is to obtain various Lifecycle Sustainment and Integrated Logistic Support Services for: Developing, Reviewing and Maintaining various ILS Documentation and Data Bases; Conduct Validations, Studies and Training associated with specific logistic elements, researching and obtaining Technical Manuals, Provisioning on-site Technical Support; and to obtain Technical Support Services for ILS. The task will fall into the following categories: Quality Assurance, Maintenance Planning, Provisioning Technical Documentation and Provisioning Plans, Depot Management, Supply Support, Support and Test Equipment, Training Documentation, Technical Data, Configuration Management, Technical Manual, Integrated Logistic Planning Support, Reliability, Maintainability, and Supportability Packaging, Handling, Storage and transportation, Informal Presentation for specific Subject Matter Training, Development of PMS Documentation, CDM Inventory and On-site Tech Support. REQUIRED CAPABILITIES and CAPABILITIES STATEMENT: The Offeror shall submit a Capabilities Statement which describes the Contractor's capabilities and identifies any Subcontractors that will be used and the systems in place to provide services as described in the Sources Sought Notice and in accordance with the Performance Work Statement. The Capabilities Statement shall not exceed 7 pages and shall provide sufficient information to determine technical capability outlining company background, technical approach, and understanding of the general work requirement. The capabilities statement will need to show the contractor's level of competence in the field of project management, and administrative, technical and professional services in the lifecycle sustainment and integrated logistics support (ILS). Experience must include the types of ILS support previously performed and will show experience in ILS work with commercial off the shelf (COTS) equipment. Offeror should have the capability to supply functional Central Data Repository/Integrated Data Environment (IDE) for product support as described in section 5.1.6 of the attached PWS. PERIOD OF PERFORMANCE: This contract will be from the effective date of the contract award and continues for a period of performance of one year with four option years. SUBMISSION DETAILS: Responses to this notice should include the following information: (1) Business name, address, business size and type 8(a), HUB Zone, Service Disabled Veteran, Small Business, Large Business, etc., (2) Responses shall also indicate NAICS code, CAGE Code and DUNS Number (3) point of contact to include e-mail address and telephone number. All responses shall be in the English Language. All information (information provided will not be returned and is to be submitted via e-mail (9MB limit) to: 1. Aubry Rust, Technical POC, (805)982-3267, email: aubry.rust@navy.mil; and to 2. Euclid-Jake Posadas, Contract Specialist, (805)982-4217, email: euclidjake.posadas@navy.mil. Your responses are requested by 02:00 PM (PST) on Thursday, 30 January 2014. Submissions after this date will be accepted but feedback may not be as timely. Information and/or questions should be e-mailed to Ms. Aubry Rust, Technical POC, (805)982-3267, email:aubry.rust@navy.mil. This Sources Sought announcement is not a commitment by the Government to issue a solicitation or ultimately award a contract. The North American Industry Classification System NAICS code is 541330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/61bd1ddac6aecccc8f32ac152c80c9d7)
 
Record
SN03274504-W 20140129/140127233922-61bd1ddac6aecccc8f32ac152c80c9d7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.