Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2015 FBO #4856
SOURCES SOUGHT

R -- Engineering Services for Inadvertent Launch Analysis - Draft SOW

Notice Date
3/10/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-15-Q-0953
 
Archive Date
9/30/2015
 
Point of Contact
Pamela J Sheehan-McGuire, Phone: 401-832-1834
 
E-Mail Address
pamela.sheehanmcguir@navy.mil
(pamela.sheehanmcguir@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT SOW Sources Sought # N6604-15-Q-0953, NUWC Code 2512, Engineering and Technical Support Services Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking information for potential small business sources to provide technical, analytical, and administrative support services to NUWCDIVNPT, Code 2512 in support of the AN/BYG-1 (V)3/4 Inadvertent Launch Analysis. Tasks include development of Operational Launch Sequence Diagrams/Descriptions, Functional One Line Diagrams (FOLDs), and Fault Tree Analysis (FTA) to be included in the ILA Report along with Technical Data Packages for In-Process-Review (IPR) meetings. THIS SOURCES SOUGHT IS NOT A REQUEST FOR QUOTE. It is a market research tool being used to determine potential and eligible small business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Quote (RFQ). The NAICS for this requirement is 541330 with a size standard of $38.5M. This is a new procurement. All interested small businesses are encouraged to respond. The results of this Sources Sought will be used to determine if a Small Business Set-Aside opportunity exists. All Small Business Set-Aside categories will be considered. The anticipated performance period will be from date of award through 09/30/2015. After review of any responses submitted to this notice, NUWCDIVNPT will determine its acquisition strategy/decision (i.e. UNRESTRICTED, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business) prior to release of the final Request for Quote (RFQ). It is anticipated that the RFQ will be posted in late March 2015, with contract award in late April 2015. The resulting Contract/Purchase Order will use Firm Fixed Price provisions. Place of Performance: These services shall be performed on-site at NUWCDIVNPT and off-site at contractor's site. It is requested that interested small businesses respond with a brief capabilities statement package (no more than 3 pages in length, single spaced, 12 point font minimum) demonstrating the ability to perform the services listed in the attached Statement of Work (SOW) to Pamela J. Sheehan-McGuire, Contracts Negotiator, at pamela.sheehanmcguir@navy.mil, or (401) 832-1834, by 3/17/2015 at 14:00 EDT. Questions or comments may be directed to Pamela J. Sheehan-McGuire by 14:00 EDT 3/13/2015 via email. Absolutely no requests for extensions will be honored. Late responses will not be considered. The Capability Statement must address, at a minimum, the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. •· Name of Company and address •· Confirmation of Company size status under NAICS Code 541330 •· Ownership, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned, HUBZone, or Service Disabled Veteran-Owned Business •· Two points of contact, including: Name, title, phone, and e-mail address •· CAGE Code and DUNS Number Section 2. Past/Current Performance. Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three (3) 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 in the Draft SOW. Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information should include: •· Contractor's Facility Clearance up to SECRET level •· Statement regarding capability to obtain the required industrial security clearances for personnel up to the SECRET level •· The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW •· Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the Contract/Purchase Order with its' own employees •· The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of 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 locations specified •· Contractor's ability to begin performance upon Contract/Purchase Order award. Attachment (1) DRAFT Statement of Work (SOW) DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE (RFQ). THIS 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 ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-15-Q-0953/listing.html)
 
Record
SN03663306-W 20150312/150310235829-a5e3c5dedfbcfe62b2a969f1babed4b3 (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.