DOCUMENT
R -- Lifecycle Sustainment and Integrated Product Support (IPS) Services - Attachment
- Notice Date
- 12/11/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
- Solicitation Number
- N3943015R1603
- Response Due
- 12/26/2014
- Archive Date
- 1/25/2015
- Point of Contact
- Euclid-Jake Posadas 805-982-4217 Contract Specialist: Euclid-Jake Posadas, (805)982-4217, euclidjake.posadas@navy.mil
- E-Mail Address
-
cting
- Small Business Set-Aside
- Total Small Business
- Description
- This is a synopsis of a solicitation for an Indefinite-Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) Task Orders, Single award contract in support of Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (NAVFAC EXWC) Lifecycle Sustainment and Integrated Product Support (IPS) requirement. The requirement is for project management, administrative, technical, and professional services and materials in support of the Lifecycle Sustainment and Integrated Product Support (IPS). NAVFAC EXWC enables the readiness of the various Navy and Marine Expeditionary Warfare units through the innovative management and delivery of supplies, equipment, and specialized engineering and logistics support. EXWC functions as the In-Service Engineering Agent for equipment and systems under the cognizance of Naval Facilities Engineer Center. Correspondingly, NAVFAC EXWC has been designated as the prime Logistics Support Center for NAVFAC systems and equipment for the Navy Expeditionary Combat Command (NECC) and other Navy and Expeditionary Type Commands. The NECC ™s main mission is to operate as the Command Headquarters to approximately sixty (60) smaller Expeditionary Warfare Community units and, in part, provides an avenue for those units to obtain required logistics support, to meet their individual missions and goals. General IPS Support that will be required includes the acquisition and life cycle management of Commercial-Off-The-Shelf (COTS) Technical Manuals (TM ™s), development and/or maintenance of Navy unique equipment/system/facilities TMs, development and management of Allowance Parts Lists (APLs), Allowance Equipage Lists (AELs), technical documents such as technical drawings, and User Logistics Support Plans (ULSP ™s), providing on-site technical support at NAVFAC EXWC, and the development and management of CDM data and PMS documentation. Support also includes providing logistics assistance and review of IPS documentation as part of the overall logistics support package for equipment procured for the Naval Expeditionary Combat Enterprise (NECE) units required for policy and process development as a part of the NECE Cross-Functional-Team (CFT3) working groups. Other TYCOM units such as Naval Beach Groups (NBGs) and other Fleet units deployed in support of Expeditionary missions, as well as other non-TYCOM programs and special projects. Modernization support includes the development and management of Engineering Change Proposals, Ship Alteration Requests and organizational review. The Contractor shall be able to provide, upon request, full Product Support, as detailed in Integrated Product Support Element Guidebook Update: December 2011 Defense Acquisition University, under the following Product Support elements: Design Interface, Sustaining Engineering, Supply Support, Maintenance Planning and Management, Packaging, Handling, Storage and Transportation (PHS and T), Technical Data, Support Equipment, Training and Training Support; Manpower and Personnel, Facilities and Infrastructure and Computer Resources. The Contractor shall provide Product Support programmatic support services for NAVFAC EXWC equipment/systems and associated components and peripherals to include the areas of maintenance, asset management, technical documentation, and training curriculum and documents support. The contract support efforts shall require analysis and documentation support of logistics planning, resource management, acquisition of TM, certification implementation and life cycle planning, operational use, equipment deactivation, equipment disposal, post production support, and execution of logistics planning documents. The types of expeditionary assets and equipment procured by the Government that will be supported under this contract will be support vehicles, construction equipment, generators, compressors, watercraft, physical security, Sealift and surveillance, and other commercial type support equipment and systems. Attachments 1 and 2 that are attached to this synopsis are Sample List of Equipment types for PMS/CDM Effort and Sample List of Equipment Types for ILS effort. These lists provides historical information of NAVFAC EXWC supported equipment types and related Integrated Product Support (IPS) products obtained under previous contracts and is for information purposes only. These lists are only representative of the types of equipment procurements which have been historically used to fulfill these requirements, and, therefore, may or may not reflect the actual procurements that will be acquired. Note: Certification Requirement for Reliability Centered Maintenance (RCM). The Contractor shall have a core staff of RCM Level I and II certified personnel and maintain a core staff for the entire period of the contract. The procurement method used for this solicitation is Contracting by Negotiation FAR Part 15. The NAICS: 541330 “ Engineering Services with a size standard of $15M. The contract term will be a base period of one (1) year plus four(4) option years. Only the base period of the contract will offer a minimum guarantee. This contract is a follow-on contract for similar services under the former Naval Facilities Expeditionary Logistics Center (NFELC) Integrated Logistic Support (ILS) services IDIQ, Multiple Award Contract (MAC) contract numbers N62583-09-D-0061 through 0063 as a Time and Material (T and M) Contract. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. The proposed contract listed here is being considered for 100 percent set-aside for small business (SB). Interested SB concerns should, as early as possible but not later than 26 December 2014, indicate interest in the acquisition by providing to the contracting office above evidence of capability to perform and a positive statement of eligibility as a small business concern. If adequate interest is not received from SB concerns, the solicitation will be issued as unrestricted without further notice. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at www.sam.gov. Interested parties should respond no later than Synopsis Closing Response Date: 26 December 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4005619cc08558baa9e38cd85c9b1485)
- Document(s)
- Attachment
- File Name: N3943015R1603_Attachment_1_Sample_List_Of_Equipment_Types_for_PMS_CDM.pdf (https://www.neco.navy.mil/synopsis_file/N3943015R1603_Attachment_1_Sample_List_Of_Equipment_Types_for_PMS_CDM.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N3943015R1603_Attachment_1_Sample_List_Of_Equipment_Types_for_PMS_CDM.pdf
- File Name: N3943015R1603_Attachment_2_Sample_List_Of_Equipment_Types_for_ILS_effort.pdf (https://www.neco.navy.mil/synopsis_file/N3943015R1603_Attachment_2_Sample_List_Of_Equipment_Types_for_ILS_effort.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N3943015R1603_Attachment_2_Sample_List_Of_Equipment_Types_for_ILS_effort.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N3943015R1603_Attachment_1_Sample_List_Of_Equipment_Types_for_PMS_CDM.pdf (https://www.neco.navy.mil/synopsis_file/N3943015R1603_Attachment_1_Sample_List_Of_Equipment_Types_for_PMS_CDM.pdf)
- Record
- SN03593377-W 20141213/141211234215-4005619cc08558baa9e38cd85c9b1485 (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 |