Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2014 FBO #4771
MODIFICATION

R -- 5.4.3 Technical & Engineering Support

Notice Date
12/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
N00421-15-R-0011
 
Archive Date
1/14/2015
 
Point of Contact
Sotanya Rushing, Phone: (301) 737-2868
 
E-Mail Address
sotanya.rushing@navy.mil
(sotanya.rushing@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought N00421-15-R-0011 was originally posted on Novemeber 04, 2014 and is being modified; additional changes to this Sources Sought is bolded. Please see below for additional information. Note: This Sources Sought is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time. INTRODUCTION The Naval Air Warfare Center, Aircraft Division (NAWCAD) Simulation Division (AIR-5.4.3), Patuxent River, Maryland is requesting information and conducting market research to identify and determine if there are potential sources which have the capabilities to provide technical and engineering (T&E) services in support of its teams, laboratories, and projects. This Sources Sought is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time. 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. PROGRAM BACKGROUND The Naval Air Systems Command (NAVAIR), headquartered at Patuxent River NAS, provides products and full life-cycle support for naval aviation weapons systems, including research, design, development, test and evaluation, training, and in-service engineering. The Naval Air Warfare Center Aircraft Division (NAWCAD) is a product center within NAVAIR that is the steward of the ranges, test facilities, laboratories, and aircraft necessary to support the Fleets requirements. The Integrated Battlespace Simulation and Test (IBST) Department, NAWCAD 5.4., is the Naval Air Systems Command's (NAVAIR) Center of Excellence for modeling and simulation of the Battlespace environment. The Department is NAVAIR's lead for the development and creation of synthetic and virtual Battlespace environments in support of research, development, testing, training, and system evaluation. IBST operates, maintains, and manages a number of test facilities to support test and evaluation events using simulated environments, physical environments to stimulate aircraft systems, and combinations of physical and simulated environments. The attached draft Performance Based Statement of Work describes technical support services required for the Simulation Division (SD), NAWCAD 5.4.3, which is one of the three divisions within IBST and is responsible for simulation expertise and products for naval aviation systems and the Battlespace environment within which they operate. REQUIRED CAPABILITIES This requirement is a follow-on procurement. The contract type is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) and Cost Reimbursable CLINs. The Simulation Division (5.4.3) was recently formed as part of a re-organization, and is now comprised of the Aircraft Simulation Division (legacy 5.4.3), Battlespace Modelling and Simulation Division (legacy 5.4.2), the Mission Systems T&E Support and Analysis Branch (legacy 5.1.2.12), and some IT functions from Integrated Combat Environments Division (5.4.4). Support for the Simulation Division is currently provided by three separate task orders with overlapping functional requirements. The task orders are N00178-04-D-4011-M802 (awarded to AMEWAS), N00178-05-D-4397-HT01 and N00178-14-D-7780-M901 (both awarded to J.F. Taylor). These task orders are Cost Plus Fixed Fee (CPFF), and Cost Reimbursable CLINs. Additional information requests in regards to the aforementioned contracts can be made to the NAVAIR Freedom of Information Act (FOIA) website at http://foia.navair.navy.mil. ELIGIBILITY The appropriate Product Service Code (PSC) is R425. The North American Industry Classification System (NAICS) Code is 541712 with a Small Business Size of 1,500 employess. SUBMISSION DETAILS (CABILITIES STATEMENT) Interested businesses shall submit responses electronically to the Contract Specialist, Sotanya Rushing, in Microsoft Word or Portable Document Format (PDF) at sotanya.rushing@navy.mil no later than 2:00 pm Eastern Standard Time on December 30, 2014. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address. 2.Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. 5. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified. 6. Statement regarding capability to obtain the required industrial security clearances for personnel. 7. Company's ability to perform more than 50% of the work. 8. Company's ability to begin performance upon contract award. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. Primary Point of Contact: Sotanya Rushing, Contract Officer: Sotanya.Rushing@navy.mil Phone: 301-737-2868 Fax: (301) 995-0309 {Fax Direct to E-mail} Secondary Point of Contact: Bruce Stouffer, Procuring Contracting Officer Bruce.Stouffer@navy.mil Phone: (301) 737-2849 Contracting Office Address: Department of the Navy Naval Air Systems Command/Naval Air Station 22299 Exploration IV, Suite 301 Lexington Park, MD 20653-2055 United States ********************End of Changes****************************** INTRODUCTION The Naval Air Warfare Center, Aircraft Division (NAWCAD) Simulation Division (AIR-5.4.3), Patuxent River, Maryland is requesting information and conducting market research to identify and determine if there are potential sources which have the capabilities to provide technical and engineering (T&E) services in support of its teams, laboratories, and projects. This Sources Sought is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time. 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. PROGRAM BACKGROUND The Naval Air Systems Command (NAVAIR), headquartered at Patuxent River NAS, provides products and full life-cycle support for naval aviation weapons systems, including research, design, development, test and evaluation, training, and in-service engineering. The Naval Air Warfare Center Aircraft Division (NAWCAD) is a product center within NAVAIR that is the steward of the ranges, test facilities, laboratories, and aircraft necessary to support the Fleets requirements. The Integrated Battlespace Simulation and Test (IBST) Department, NAWCAD 5.4., is the Naval Air Systems Command's (NAVAIR) Center of Excellence for modeling and simulation of the Battlespace environment. The Department is NAVAIR's lead for the development and creation of synthetic and virtual Battlespace environments in support of research, development, testing, training, and system evaluation. IBST operates, maintains, and manages a number of test facilities to support test and evaluation events using simulated environments, physical environments to stimulate aircraft systems, and combinations of physical and simulated environments. The attached draft Performance Based Statement of Work describes technical support services required for the Simulation Division (SD), NAWCAD 5.4.3, which is one of the three divisions within IBST and is responsible for simulation expertise and products for naval aviation systems and the Battlespace environment within which they operate. REQUIRED CAPABILITIES This requirement is a follow-on procurement. The contract type is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) and Cost Reimbursable CLINs. The Simulation Division (5.4.3) was recently formed as part of a re-organization, and is now comprised of the Aircraft Simulation Division (legacy 5.4.3), Battlespace Modelling and Simulation Division (legacy 5.4.2), the Mission Systems T&E Support and Analysis Branch (legacy 5.1.2.12), and some IT functions from Integrated Combat Environments Division (5.4.4). Support for the Simulation Division is currently provided by three separate task orders with overlapping functional requirements. The task orders are N00178-04-D-4011-M802 (awarded to AMEWAS), N00178-05-D-4397-HT01 and N00178-14-D-7780-M901 (both awarded to J.F. Taylor). These task orders are Cost Plus Fixed Fee (CPFF), and Cost Reimbursable CLINs. Additional information requests in regards to the aforementioned contracts can be made to the NAVAIR Freedom of Information Act (FOIA) website at http://foia.navair.navy.mil. ELIGIBILITY The appropriate Product Service Code (PSC) is R425. The North American Industry Classification System (NAICS) Code is 541330 with a Small Business Size of $15 Million. SUBMISSION DETAILS (CABILITIES STATEMENT) Interested businesses shall submit responses electronically to the Contract Specialist, Sotanya Rushing, in Microsoft Word or Portable Document Format (PDF) at sotanya.rushing@navy.mil no later than 2:00 pm Eastern Standard Time on November 18, 2014. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address. 2.Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. 5. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified. 6. Statement regarding capability to obtain the required industrial security clearances for personnel. 7. Company's ability to perform more than 50% of the work. 8. Company's ability to begin performance upon contract award. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. Primary Point of Contact: Sotanya Rushing, Contract Officer: Sotanya.Rushing@navy.mil Phone: 301-737-2868 Fax: (301) 995-0309 {Fax Direct to E-mail} Secondary Point of Contact: Bruce Stouffer, Procuring Contracting Officer Bruce.Stouffer@navy.mil Phone: (301) 737-2849 Contracting Office Address: Department of the Navy Naval Air Systems Command/Naval Air Station 22299 Exploration IV, Suite 301 Lexington Park, MD 20653-2055 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0011/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03596578-W 20141217/141215235001-18cb4ffc6f3a75382881619c664a9637 (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.