DOCUMENT
J -- Navy Fielded Training Systems Support (FTSS) Services (Contractor Operations and Maintenance Services (COMS) for simulators and Contractor Instruction Services (CIS) for aircrew training. - Attachment
- Notice Date
- 5/15/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- Solicitation Number
- N6134014R0052
- Response Due
- 5/30/2014
- Archive Date
- 6/30/2014
- Point of Contact
- Dean DeFord (Primary Contact) 407.380.8041, Dean.DeFord@navy.mil
- E-Mail Address
-
urtney
- Small Business Set-Aside
- Partial Small Business
- Description
- Naval Air Warfare Center Training Systems Division Sources Sought Notice For Navy Fielded Training Systems Support (FTSS) The purpose of this Sources Sought Notice in to determine the interest, availability and capabilities of potential offerors to provide the required FTSS services described herein, and to seek recommendations and input on potential acquisition strategies. INTRODUCTION: The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, seeks potential sources to provide a wide range of complex and non-complex Fielded Training Systems Support (FTSS) services for various Navy and non-Navy customers. The predecessor approach in satisfying the requirement was the Fielded Training Systems Support III (FTSS III) Multiple Award Indefinite Delivery / Indefinite Quantity (ID/IQ) Contract. The FTSS MAC approach allows streamlined, quick response procurements to meet the long-term FTSS needs of Naval Training and School Commands, and other Government training support activities. The FTSS services are intended to support various training systems located at multiple training sites around the world, and satisfy a myriad of training requirements, including: initial operator and crew training, mission rehearsal training, and maintenance training. Primary FTSS services include Contractor Operations and Maintenance Services (COMS), and Contractor Instructional Services (CIS) for primarily aircrew and maintenance simulators. These simulators/devices/training systems/classrooms support surface, sub-surface, and aviation customers. COMS requires the Contractor to provide all labor, materials, consumables, equipment, tools and test equipment necessary to operator and maintain the training systems and equipment in a fully operational condition. CIS requires the Contractor to provide Contract Instructors (CI) in support of simulators, training devices, associated classrooms and/or other training methods to train users in the knowledge and skills to support the mission and the established learning objectives. Ancillary FTSS services include but are not limited to; Training Device Relocations (TDR), Training Systems Management (TSM), minor modification support, in-service engineering support and similar FTSS needs. The anticipated requirements include approximately 20 known follow-on FTSS task orders valued cumulatively at approximately $1B over the 7 year support period, and additional task orders for future unknown COMS and CIS efforts within the Navy/USMC Training domain. Known contemplated task order requirements are listed at the end of this document. PLACES OF PERFORMANCE: Performance is required at Navy and USMC training device locations, CONUS and OCONUS. REQUIRED CAPABILITIES: NAWCTSD is seeking companies that have a successful track record in performing simulator COMS & CIS services as a primary core competency with a high degree of customer satisfaction. Interested parties should provide documentation on the following: CAPABILITIES: Provide a brief company introduction and details on the company/organization. Discuss your management approach in performing FTSS services. Include information on program management, logistics management, risks, personnel, maintenance plans and processes, quality control processes and a summary for how you plan to meet the FTSS requirements. Include your understanding of Information Assurance (IA) processes. Discuss your capacity to take on new COMS/CIS efforts. Additionally, interested parties should list any ground rules and/or assumptions that your company recommends for this effort, i.e. type of contract, etc. EXPERIENCE: Interested parties should provide details of their experience in the last 5 years performing COMS and CIS work. Please provide up to three of your most relevant efforts, to include the contract number, dollar value, contract type, whether you performed as the prime or subcontractor, period of performance and brief description of work. For NAWCTSD contracts, interested parties only need to provide the contract number, name of program and period of performance. For non-NAWCTSD contracts, also include a brief description of the following, as applicable, for each relevant effort: Magnitude of the requirement “ (size of the workforce, number of sites); Quantities and complexity of simulators and weapons platforms supported; Activity level/op-tempo; Degree of integrated turn-key student management complexities; Geo-political complexities & risks; Degree of maturity or stability of program and devices; Availability of data; Interoperability requirements; Information Assurance requirements Security requirements; Experience negotiating Collective Bargaining Agreements and SCA Price Adjustments; and Degree(s) of risk (performance, schedule, cost) SIZE STATUS: The applicable NAICS code for this requirement is 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons Exception, size standard of $35.5M. The Product Service Code is J069 - Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. Also identify whether your company is a Small Disadvantaged Business, Veteran-Owned SB, Service-Disabled Veteran-Owned SB, HUBZone SB, and/or a Women-Owned SB. ACQUISITION PROCESS IMPROVEMENT: The Government is also seeking comments from Industry on their experiences competing in FTSS and similar efforts, and in performance on awarded tasks within the FTSS contracts, other contracting vehicles, and for other communities and services. This includes Industry ™s recommendations for improvement to the current processes for contracting and performance of the overall work scope that has been awarded under FTSS III. Industry is encouraged to address the Government on both the concerns in the currently contracted efforts and its view on the future beyond the FTSS III contracting period. SOURCES SOUGHT RESPONSES: Your firm ™s response to this Sources Sought synopsis should include: SUBMISSION DETAILS: Interested businesses shall submit responses by email to to Mr. Dean DeFord, dean.deford@navy.mil). Please submit all questions by email to the same POC. One electronically submitted response shall be received no later than 5:00pm Eastern Time on 30 May 2014, and reference: FTSS IV - Sources Sought. Interested businesses should submit a brief capabilities statement package (no more than twenty (20) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the requirements listed above. All responses shall include Company Name, Company Address, Company Business Size, CAGE Code, and Points-of-Contact (POC) including name(s), phone number, fax number, and email address. This sources sought announcement is published for informational purposes only. This is not a solicitation. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this notice is strictly voluntary. No site visit will be permitted during the period of response to this announcement. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the Navy Electronic Commerce Online (NECO) and the Federal Business Opportunities (FBO) websites. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities. INTERESTED PARTIES ARE URGED TO PERIODICALLY ACCESS THE NAWCTSD BUSINESS OPPORTUNITIES WEBSITE AT: http://nawctsd.navair.navy.mil/EBusiness/Index.cfm Contracting Office Address and POC: 12350 Research Parkway Code 25331 Orlando, Florida 32826-3224 Primary Point of Contact: Dean DeFord Contract Specialist, Code 25321 Naval Air Warfare Center Training Systems Division Tel: (407)380-8041 Email: dean.deford@navy.mil Secondary Point of Contact: Tom Courtney Procurement Contracting Officer, Code 25321 Naval Air Warfare Center Training Systems Division Tel: (407)380-4108 Email: thomas.courtney@navy.mil EXPECTED RECURRENT FTSS REQUIREMENTS: 2.1 Known recurring service requirements, categorized by complexity: FTSS III Task Order Number Program/Description Complex Programs N61340-13-C-5501 WESTPAC COMS & CIS N61340-11-D-1003-0002 USMC ATS N61340-11-D-1002-0002 CISLANT N61340-13-C-5101 MARITIME COMS & CIS N61340-11-D-1003-0001E-2C COMS & CIS N61340-13-C-7503 CNATRA CIS N61340-11-D-1005-0003Surface/Great Lakes COMS N61340-14-C-5401 Navy Helo COMS & CIS N61339-05-D-6007-0002E-6B ATS N61340-12-C-5701F/A-18 COMS & CIS N61340-12-C-5601 CNATRA COMS N61340-11-D-1005-0002Submarine COMS N61340-11-D-1007-0002COVE NSST Non-Complex Programs N61339-10-D-2003-0002C-9 COMS & CIS N61339-10-D-2002-0001NASTP COMS N61340-13-C-6301 RESFOR COMS N61340-13-C-6501 NATTC COMS N61339-05-D-6004-0010Surface Fire Fighter COMS N61339-05-D-6004-0011DARTS AAAT CIS N61340-14-C-6101 MAFTD Repair
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134014R0052/listing.html)
- Document(s)
- Attachment
- File Name: N6134014R0052_Sources_Sought_FTSS_IV-Final.docx (https://www.neco.navy.mil/synopsis_file/N6134014R0052_Sources_Sought_FTSS_IV-Final.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6134014R0052_Sources_Sought_FTSS_IV-Final.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6134014R0052_Sources_Sought_FTSS_IV-Final.docx (https://www.neco.navy.mil/synopsis_file/N6134014R0052_Sources_Sought_FTSS_IV-Final.docx)
- Place of Performance
- Address: Naval Air Warfare Center Training Systems Division (NAWCTSD) 12350 Research Parkway, Orlando, FL
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN03368110-W 20140517/140515235710-ab5a12a4f826790ad9de51ce7a42eaa7 (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 |