Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2014 FBO #4570
SOURCES SOUGHT

J -- Life Cycle Support (LCS) Services - Industry Day - Draft Performance Work Statement - Previously Posted Draft RFP - Original Sources Sought

Notice Date
5/28/2014
 
Notice Type
Sources Sought
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-14-R-0063
 
Archive Date
6/28/2014
 
Point of Contact
Kevin Ritter, Phone: 3017377571
 
E-Mail Address
kevin.ritter@navy.mil
(kevin.ritter@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers posted in Seaport in response to the original Sources Sought posed in November 2012 Draft Level of Effort (LOE) posted in Seaport as an attachment to the original Sources Sought posted in November 2012 Draft Personnel Qualifications posted in Seaport as an attachment to the original Sources Sought posted in November 2012 Draft Statement of Work (SOW) posted in Seaport as an attachment to the original Sources Sought posted in November 2012 Original Sources Sought Document posted in Seaport in November 2012 Questions and Answers posted in Seaport in response to the Draft RFP posed in August 2013 OCI list posted Seaport as an attachment to the Draft RFP posted in August 2013 Instructions for comments in response to the Draft RFP posted in Seaport in August 2013 Draft CDRLs posted in Seaport as an attachment to the Draft RFP posted in August 2013 Draft RFP posted in Seaport in August 2013 Current Draft Performance Work Statement (PWS) and Personnel Qualifications List of Attendees from the December 2012 Industry Day Industry Day Brief presented December 2012 INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department (AIR 2.5.1.3), Patuxent River, MD announces its intention to procure on a competitive basis the services necessary to provide support to the Life Cycle Support (LCS) Services requirement. LCS SERVICES - ACQUISITION HISTORY This procurement was previously synopsized in the Seaport-e portal to all eligible Zone 2 business firms in November 2012. Capability statements were requested via the Seaport-e portal from all Zone 2, large and small businesses interested in the procurement in November 2012. An Industry Day was conducted on 05 December 2012 at Webster Field, St. Inigoes where information concerning the requirements was presented. Attendance at the Industry Day was not a requirement and in no way affects any company from submitting a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation. Information provided at the Industry day including a power point presentation, list of attendees, questions received (9) and responses are available for review in this notice. The information is outdated, may be inaccurate, and should not be utilized for planning/preparation purposes. The Government uploaded a draft RFP (N00024-13-R-3039) including a draft copy of Exhibit A - CDRLs and Attachment 4 - OCI List into the Seaport-e portal in August 2013 and requested feedback/comments from Industry. Six (6) questions were received and the Government provided responses to the questions. A copy of the draft RFP along with the questions and answers that were posted in the Seaport-e portal are available for review in this notice. The information is outdated, may be inaccurate, and should not be utilized for planning/preparation purposes. The Government's acquisition strategy has changed, and now the Government intends to procure these services outside of Seaport-e and is interested in determining if any additional small or large businesses are interested in the LCS procurement. All large and small businesses that are interested should send in a capability statement. OFFERORS WHO PREVIOUSLY RESPONDED NEED NOT RESPOND. This Sources Sought is a market research tool and the results will be used to determine potential sources. The Government anticipates and estimates a contract award for these services to occur in calendar year 2015. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor St. Inigoes, MD Approximately 20% Approximately 80% The contractor site shall be within 50 ground transportation miles of NAWCAD, St. Inigoes, MD. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY." CONTRACT / PROGRAM BACKGROUND NAWCAD Patuxent River, St. Inigoes, MD, SCR Division provides C4I capabilities and solutions to a broad range of customers. SCR Division provides specialized solutions to best support customers' specific needs, who are often responding to shortfalls in National Security and critical capabilities gaps requiring immediate fielding of new or improved solutions. The purpose of this contract is to provide services and supplies to the SCR Division to support a subset of C4I projects that include Life Cycle product support and the LCS of C-E equipment/systems and subsystems. This requirement is a follow-on procurement. Information regarding the current contract is below: •1. Seaport-e Task Order N00178-04-D-4018-M804 •2. CPFF / Cost •3. Incumbent is BAE Systems Technology Solutions and Services •4. Full and Open Competition •5. Level of Effort by hours •6. Interested parties can visit the NAVAIR Freedom of Information Act (FOIA) website to determine if any previous/existing contract information is available. Please go to: http://foia.navair.navy.mil REQUIRED CAPABILITIES The contractor shall provide services and supplies to NAWCAD, Patuxent River, St. Inigoes, MD. These services and supplies shall support SCR Division in full Life Cycle product support, LCS of C-E equipment/systems and subsystems. These C-E equipment/systems and subsystems include shipboard, shore based (fixed, transportable, ground mobile), airborne, and handheld/manpackable platforms. The contractor shall provide engineering products and technical services supporting the Air Traffic Control (ATC) Systems Division Air Traffic Control and Landing Systems in support of the areas specified in Program Background (above). Please see the attached draft Performance Work Statement (PWS) for specific requirements. The tasking associated with this effort is performance based tasking. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Top Secret" Facility Clearance and "Top Secret" Safeguarding. Please include in your response your ability to meet the Facility and Safeguarding requirements. ELIGIBILITY The applicable NAICS Code for this requirement is 541330 with a Small Business Size standard of $35.5 Million. The primary Product Service Code (PSC) for this effort is J058 -Maintenance, Repair, and Rebuilding of Equipment-Communication, Detection, and Coherent Radiation Equipment. It is anticipated that the basis for award of the resultant contract will be best value to the Government, cost and non-cost factors considered. ADDITIONAL INFORMATION AND SUBMISSION DETAILS A draft PWS which includes the NAVAIR Standard Labor Category Personnel Qualifications is attached for review. Feedback from industry is being sought on the PWS, the NAVAIR Standard Labor Category Personnel Qualifications, and suggestions/recommendations on CLIN structure for the basic contract award. Industry is also being solicited to suggest performance metrics related to each PWS task area. In addition to providing comments on the PWS, Personnel Qualifications, CLIN Structure, and Performance Metrics, interested parties are requested to submit a capabilities statement of no more than 20 pages in length in Times New Roman font of not less than 10 pt font. Capability statements shall address the following questions: •1. What type of work has your company performed in the past in support of the same or a similar requirement? •2. Can or has your company managed a task of this nature? If so, please provide details. •3. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. •4. What specific technical skills does your company possess which ensures capability to perform the tasks? •5. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. •6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. •7. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Women-Owned, 8(a), Hub Zone, or Service Disabled Veteran-Owned Small Business Concern. •8. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The period of performance consists of a 5 year ordering period with performance estimated to begin in calendar year 2015. The contract type is anticipated to be a Single Source Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost-Plus-Fixed-Fee (CPFF) Term (LOE) and CPFF Completion CLINs. The total LOE for the five years is estimated at 1,620,000 man-hours. Individual task orders will be issued as needed to support specific projects as program requirements and tasking becomes further defined. The Government anticipates the following CLIN structure for the IDIQ contract award: 0001 Labor Term (CPFF) 0002 ODC Term (Cost) 0003 Data Term (NSP) 0004 Allowance Pay Term Labor (CPFF) 0005 Allowance Pay Term ODC (Cost) 0006 Labor Completion (CPFF) 0007 ODC Completion (Cost) 0008 Data Completion (NSP) 0009 Allowance Pay Completion Labor (CPFF) 0010 Allowance Pay Completion ODC (Cost) The proposed contract is anticipated to include tasking that would be accomplished by labor categories that may be subject to the Service Contract Act. Upon evaluation of the additional capability statements, if it is determined that this requirement is best solicited as an unrestricted competition, the Government intends to evaluate Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Kevin Ritter at kevin.ritter@navy.mil, in either Microsoft Word or Portable Document Format (PDF).The deadline for response to this request is 2 pm, Eastern Daylight Time, Friday, 13 June 2014. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-14-R-0063/listing.html)
 
Place of Performance
Address: St. Inigoes, MD, approximately 20% at Government Site, approximately 80% at Contractor Site, St. Inigoes, Maryland, United States
 
Record
SN03377573-W 20140530/140528234725-1abb42f690100689ef750b7efe9fe0fb (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.