SOURCES SOUGHT
R -- R&M Engineering and Technical Support - Sources Sought-SOW
- Notice Date
- 11/26/2014
- 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
- R-M_Engineering-0016
- Archive Date
- 1/1/2015
- Point of Contact
- Mary P Brody, Phone: 301-737-2985, Melinda tann, Phone: 301-737-2982
- E-Mail Address
-
mary.brody@navy.mil, Melinda.Stann@navy.mil
(mary.brody@navy.mil, Melinda.Stann@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work Sources Sought INTRODUCTION AIR-4.1 Engineering and Technical Support The Naval Air Systems Command, Aircraft Support Contracts Department (AIR-2.5.1.5), Patuxent River, MD is seeking information for potential sources of expertise in Reliability, Maintainability and System Safety Engineering. The tasking is to provide reliability, maintainability, systems safety, diagnostics, and testability support of Naval aircraft and their subsystems for AIR-4.1 R&M Engineering Department during the design, development, production and in-service cycles of Naval aircraft and their systems. Additionally, this Sources Sought notice is being published with the intent to promote competition. Suggestions from industry regarding how competition may best be achieved are requested. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations. ANTICIPATED PLACE OF PERFORMANCE The primary location for services in support of this contract will be at the NAWCAD, Patuxent River, MD, West Palm Beach, FL, China Lake, CA and Lakehurst, NJ. However, support services may be required at other NAWCAD sites such as, California; Cherry Point, North Carolina; Jacksonville, Florida; and San Diego, California. In addition, technical support for project tests may be required for extended periods of time at locations other than Patuxent River, Maryland. The anticipated places of performance and on-site/off-site support requirements are as follows: Place of Performance Percentage of Total Effort % On-Site Government % Off-Site Contractor Total effort % on Gov site % Contractor site Patuxent River, MD 85% 85% 15% West Palm Beach, FL 5% 5% 95% China Lake, CA 5% 5% 95% Lakehurst, NJ 5% 5% 95% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATION 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. PROGRAM BACKGROUND The support activities include engineering and technical support for reliability, maintainability, testability, quality assurance, diagnostic and system safety analyses during the design, development, production and in-service cycles of Naval aircraft and their systems. This support encompasses carrier based tactical aircraft, shipboard capable vertical/short takeoff and landing aircraft, maritime support aircraft, unmanned aircraft, tactical weapons systems, support systems and equipment and aircraft launch and recovery equipment. The requirement for these services is currently being performed under N00424-11-D-0027 by ManTech Engineering Company, Inc. (ManTech). The NAVAIR Freedom of Information Act (FOIA) website is http://foia.navair.navy.mil. REQUIRED CAPABILITIES Refer to the attached Draft Statement of Work (SOW) The Contract Type is anticipated to be a Cost-Plus-Fixed-Fee (CPFF) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) vehicle. The estimated total level of effort is approximately 715,000 inclusive of all years. The anticipated ordering period for the IDIQ vehicle is five years, with performance starting on 1 November 2015. The following are anticipated Labor Categories under this Requirement: Engineer/Scientist IV Engineer/Scientist II Engineer/Scientist I Engineering/Electronics Technician, Senior Engineering/Electronics Technician, Junior Data Specialist In addition to the above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(1)(i) and HUBZone Small Businesses (FAR 52.219-3(d)(1). The attached draft statement of work provides additional information about the required tasking. It is requested that, in its response to the Sources Sought, a vendor identify whether it has the capability to perform under all of the tasking or only specific portions of it. For each task area indicated, parties should demonstrate their capability. Since the resultant contract is anticipated to be a cost-type, the successful awardee will be required to have a Government approved accounting system upon contract award. ELIGIBILITY The applicable NAICS code for this requirement is 541330 with a current size standard of $38.5m. The Product Service Code (PSC) is R425. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. SUBMISSION DETAILS The capability statement package may be emailed to: Mary Brody: mary.brody@navy.mil. Submissions must be received no later than 10:00 PM Eastern Time on 17 Dec 2014. Questions or comments regarding this notice shall be addressed to Mary Brody via email. Interested businesses should submit a brief capabilities statement package (no more than Twenty five (25) 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the services listed in this Technical Description. Documentation should be in bullet format. This document must address, at a minimum, the following: (1) title of the SOW you are applying to; (2) prior/current corporate experience performing efforts of similar size and scope within the last 3 years, including Contract Number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract related to the services described in the SOW; (3) company profile to include number of employees, annual revenue history, office location, DUNS number, CAGE code and a statement regarding current small business size status to include socio-economic status, if applicable;; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (5) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel (6) if you are a small business, provide an explanation of your ability to perform at least 50% of the overall effort in the attached Statement of Work (SOW); and (7) company's ability to begin performance upon the anticipated contract award date, which is 1 November 2015. All responses must include the following information: Company Name; Company Address; Company Business Size, and Point of Contact (POC) name, phone number, fax number, and email address. As indicated in the "Introduction" paragraph, suggestions from industry regarding how competition (i.e., multiple offers in response to the solicitation) may best be achieved are also requested as part of a firm's response to this Sources Sought. Additionally, if there is a portion of the statement of work which could be considered as a possible separate opportunity for a small business set-aside, please include that information in the response. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/R-M_Engineering-0016/listing.html)
- Place of Performance
- Address: Patuxent River Naval Air Station, 21983 Bundy Road, Patuxent River, Maryland, United States
- Record
- SN03582969-W 20141128/141126234344-fc5cccd72652a24043d2085b3686a666 (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 |