Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2015 FBO #5018
SOURCES SOUGHT

61 -- 400 Hz and 60 Hz Combat Sytems Equipment and Support Services - SOW

Notice Date
8/18/2015
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-14-R-0007
 
Archive Date
9/16/2015
 
Point of Contact
Michelle Richards, Phone: 8052285528, ,
 
E-Mail Address
michelle.richards@navy.mil, donna.munyon@navy.mil
(michelle.richards@navy.mil, donna.munyon@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW The Naval Surface Warfare Center, Port Hueneme Division (PHD NSWC) anticipates a contract requirement to p r ovide A e g is 400Hz a nd 60Hz C omb a t S y st e ms Equipm e nt and D e si g n A g e nt En g in eer ing S er vi ce s to the Air Domin a n c e D e p ar tm e nt I S EA mission to suppo r t the D e p ar tm e nt ' s f l ee t mod er ni z a tion mission, in c luding the f ollowin g p rocurement of Ordinance Alteration (ORDALT) Kits ( O/A 80817, P/N 970-46630-KIT, O/A 81310, P/N 970-48700-KIT, O/A 81074, P/N 970-48850-KIT), En g in eer ing D e si g n a nd D e v e lopm e nt, F i e ld and Emergent Support Services, ORDALT Kit Provisioning, Depot Support, Integrated Logistics Support, and ISEA repair support services. The primary North American Industry Classification System (NAICS) code for this procurement is 335311 with a Size Standard of $750,000,000. This is a follow-on requirement for N63394-11-D-1199 with Power Paragon, Incorporated. This contract will be awarded as an Indefinite Delivery Contract with an anticipated performance period of five (5) years which includes a 12-month base period and four, 12-month option periods beginning in September 2016. It is anticipated that the Request for Proposal (RFP) will be issued in October 2015. It is requested that all interested Business concerns respond with a Capability Statement of a maximum of 10 pages. The Capability Statement shall succinctly address the following eight items to demonstrate the contractor's capability to perform the requirements of this Statement of Work (SOW); (1) The contract's ability to manage, as prime contractor, the types and magnitude of tasking in the SOW; (2) The contractor's technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the work incurred for personnel with its own employees; (3) The contractor's ability to effectively manage a team of subcontractors or multiple subcontractors in order to conduct all of the remaining requirements of the SOW that will not be performed by its own resources; (4) The contractor's capacity or potential approach to achieving capacity, to conduct the requirements of the SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed; (5) Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability. Demonstrated performance must have been carried out within the preceding three (3) years. In addition to addressing items (1) - (4) above, interested concerns are requested to address the following specific requirement. (6) The contractor's ability to obtain and maintain a security clearance level of SECRET for assigned labor categories. (7) Business size and status of company (i.e. socioeconomic categories); and (8) The contractor's ability to support a multi-site workforce. NOTE: Only information provided in the written Capability Statement shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE 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 AVALIABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. Capability Statements shall be submitted via email to Michelle.Richards@navy.mil and Donna.Munyon@navy.mil by 2:00 P.M. Pacific Standard Time 1 September 2015. Please also provide any comments or suggestions for the attachments below: Attachment: (1) Draft SOW is provided for information use only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-14-R-0007/listing.html)
 
Place of Performance
Address: NSWC, PHD, 4363 Missile Way, Port Hueneme, California, 93043, United States
Zip Code: 93043
 
Record
SN03843675-W 20150820/150818235941-865ffac72a60b07fd9d06f2894e408fe (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.