SOURCES SOUGHT
L -- PMA-281 Systems Lifecycle Support - Draft Statement of Work - Questionnaire - Estimated Labor Hours
- Notice Date
- 12/8/2016
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-17-R-0014
- Archive Date
- 1/6/2017
- Point of Contact
- Beverley Rhamdeow, Phone: (301) 342-7711, May Dimitrov, Phone: (301) 757-6531
- E-Mail Address
-
beverley.rhamdeow@navy.mil, may.dimitrov@navy.mil
(beverley.rhamdeow@navy.mil, may.dimitrov@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Estimated Labor Hours Questionnaire Draft Statement of Work 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 THE DESCRIPTION IN THE SOW IS STRICTLY VOLUNTARY. Introduction and Overview The Naval Air Warfare Center Aircraft Division (NAWCAD) at Patuxent River, MD is releasing the attached draft top level Statement of Work (SOW) as part of a request for information to identify interested parties and solicit comments to improve the quality and clarity of the detailed SOW which will be part of the Request for Proposal (RFP) for the Integrated Logistics Support (ILS) requirement. The NAWCAD is searching the market to find corporate capabilities and interest available to provide logistics and technical support to the Strike Planning and Execution Systems (PMA-281) for logistics, maintenance and supply support of various mission planning systems as indicated in attached draft top level SOW. The Government's intent is to release a five (5) year (one 12 month base period with four 12 month option periods) Request for Proposal. The anticipated Period of Performance (POP) start date is June 2017. Anticipated Contract Type The contract type is anticipated to be a Cost Plus Fixed Fee (CPFF) and Firm Fixed Priced (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated total Level of Effort of approximately 972,145 hours over a period of five years. Industry Day Information A virtual Industry Day will be conducted 19 December 2016 from 1:00pm to 3:00pm EST. This event will be hosted via Audio Teleconference to introduce the logistics and related technical support that is required for this program. The meeting will be open to any interested company (large or small business) that is currently supporting or has the capabilities to support the requirements identified in the draft SOW. Attendance at the Industry Day is not a requirement and in no way affects any company from submitting a response (capabilities statement) to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation. All wishing to participate in the Industry Day event must pre-register by providing the business name, address, names of attendees, a point of contact phone number and email address via email to Beverley Rhamdeow at beverley.rhamdeow@navy.mil and May Dimitrov at may.dimitrov@nay.mil. The subject line of the email should read "PMA-281 Industry Day Pre-Registration" and should be submitted no later than 2:00pm EST 14 December 2016. Copies of the materials to be presented will be made available at least 24 hours prior to the start of the meeting. The materials will be provided via AMRDEC SAFE. As requested above, please verify that the point(s) of contact to receive the presented materials are clearly identified on the submitted list and are able to retrieve AMRDEC SAFE notifications to ensure successful transmittal. The Government may provide responses to non-proprietary questions submitted by Industry in advance of the meeting. The Government will also accept questions at the conclusion of the meetings and will accept feedback after the meeting. The Government reserves the right to provide to all Offerors a copy of questions and answers if it is deemed in the best interest of the Government. The Government will not attribute the question to the inquiring party when released. You are strongly encouraged to submit questions in a non-proprietary format. Any questions containing proprietary information must be clearly marked as such and contain a clear and concise rationale as to why the question is proprietary. As the Government may not be able to provide responses to proprietary questions, you are advised to take all efforts necessary to minimize such questions. All participants must be U.S. Citizens. Responses In addition to receiving comments on the top level draft SOW, the Government is interested in obtaining information from industry concerning capabilities to meet the requirements of the SOW. Specifically, the Government requests that respondents complete the questionnaire (Attachment (3)), based upon the requirements communicated in the SOW. Sources Sought Response Instructions Complete the questionnaire (Attachment (3)) of the sources sought to provide the requested information (no substitutions, additions or deletions). Any questions and responses to the sources sought should be submitted via email to beverley.rhamdeow@navy.mil. Responses shall be limited to the below topics and are bound by sectional page limits. 1) Discuss your interest in this requirement and corporate capabilities to satisfy all elements of this requirement, in terms of anticipated size and complexity. (no more than 2 pages) 2) If you are a small business, discuss the suitability for small business. (no more than 2 pages) 3) Provide recommendations for the full SOW which will appear in an RFP, to have the benefits of standards-based, structured services encouraging unlimited solutions from industry. (no more than 2 pages) 4) Provide recommendations for the full SOW which will appear in an RFP, to incorporate performance based approaches for contract execution. (no more than 2 pages) 5) Identify and provide recommendations on how to improve any ambiguities or perceived contradictions in the top level SOW. (no more than 2 pages) A page is defined as a single sided 8.5" by 11" page using 1 inch margins from each edge. Response must be in font size 12, Times New Roman. Inclusion of the questionnaire (Attachment(3))is in addition to the above mentioned page count. The information shall be submitted as UNCLASSIFIED. Do not submit any documents (letters, corporate statements or marketing information) other than the completed Questionnaire and any comments on the top level SOW. The Government may elect not to discuss submissions received in response to this sources sought with individual responders. There is no requirement to respond to the sources sought in order to be eligible to propose on the planned RFP. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing services similar to those described in this draft top level SOW.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-17-R-0014/listing.html)
- Place of Performance
- Address: Naval Air Station, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04347033-W 20161210/161208234438-ea3b2a22a238a48db440568e0c9f4261 (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 |