SOURCES SOUGHT
J -- Pacific Target Marine Operations Maintenance, Operation, and Depot Support for Aerial and Seaborne Assets - Sources Sought Attachments
- Notice Date
- 11/1/2016
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
- ZIP Code
- 93555-6108
- Solicitation Number
- N6893616R0024
- Archive Date
- 11/21/2018
- Point of Contact
- Eva Vitale, Phone: 760-939-8539, Katy J. White, Phone: (805) 989-1908
- E-Mail Address
-
eva.vitale@navy.mil, katy.j.white@navy.mil
(eva.vitale@navy.mil, katy.j.white@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- *ALL CONTROLLED UNCLASSIFIED INFORMATION (CUI) FOR THIS REQUIREMET IS ATTACHED SEPARATELY. TO ACCESS UTILIZE PIN NUMBER ASSIGNED BY THE DEFENSE LOGISTICS INFORMATON SERVICES (DLIS) UPON CERTIFICATION. (1) INTRODUCTION AND PURPOSE: The purpose of this Sources Sought Notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code for 336411 which has a corresponding size standard of 1,500. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: The Naval Air Warfare Center Weapons Division (NAWCWD) Point Mugu, Pacific Targets and Marine Operations (PTMO) Division, as part of the Threat/Target Systems Department (TTSD), has the requirement to: a) Provide threat representative targets in adaptive training environments in air, sea, and land domains; supporting worldwide live, virtual, and constructive threat presentations, b) Maintain and operate both aerial and seaborne assets to include air and sea vehicles and vessels used for manned and unmanned training and test events and, c) Maintain aerial and seaborne assets, and associated equipment used to execute the mission. (3) REQUIRED CAPABILITIES: See attached Performance Work Statement (PWS). (4) PLACE OF PERFORMANCE: See attached Performance Work Statement (PWS). (5) CONTRACT TYPE: The Government is contemplating awarding a Cost Plus Fixed-Fee (CPFF) type contract for one year + four option years. (6) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-16-R-0024 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a) A reference to the solicitation number N68936-16-R-0024 and brief title of this announcement; b) Company name and address; c) Company's point of contact name, phone, fax, and e-mail; d) Declaration as to whether a U.S. or foreign company e) *Provide Joint Certification Program (JCP) number; f) Company size (Small or Large according to the identified NAICS and size standard identified), g) If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. h) Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, i) A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. j) An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and k) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's consideration and evaluation of the information submitted. Questions and comments are highly encouraged, however Government is not obligated to answer all questions received. An opportunity for a site visit will be offered after the solicitation is issued. 1 Yes 0 No The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exist under NAICS Code 336411 with a small business size standard of 1,500. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark proprietary and restricted data. Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 21 Nov 2016 12:00 p.m. PST.. 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. *Contractors must be JCP certified through DLIS for CUI access. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/850eaca14e9634666a22c9ee0a484124)
- Place of Performance
- Address: Point Mugu, California, United States
- Record
- SN04317022-W 20161103/161101234017-850eaca14e9634666a22c9ee0a484124 (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 |