Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
SOURCES SOUGHT

J -- UAS Aircrew Services - Draft SOW

Notice Date
7/13/2017
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
N0042117R0047
 
Archive Date
9/26/2017
 
Point of Contact
Angela R Brooks, Phone: (301) 757-9708, Benjamin Washburn, Phone: 301-757-9712
 
E-Mail Address
angela.brooks@navy.mil, benjamin.washburn@navy.mil
(angela.brooks@navy.mil, benjamin.washburn@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Document Draft SOW SOURCES SOUGHT/INDUSTRY DAY NAVAL TEST WING ATLANTIC UNMANNED AIRCRAFT SYSTEMS TEST DIRECTORATE AIRCREW, ENGINEERING, OPERATIONS, AND SCHEDULING SUPPORT SERVICES SOURCES SOUGHT SYNOPSIS. The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, Naval Test Wing Atlantic (NTWL) and Naval Test Wing Pacific (NTWP) of the Naval Air Systems Command (NAVAIR), has a requirement to provide Unmanned Aircraft Systems Test Directorate Aircrew Services, Engineering, Operations, and Scheduling support services related to unmanned air vehicles. This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, HUBZone Firms; Certified 8(a), Women-Owned, Service-Disabled Veteran-Owned Small Businesses) to provide the required products and/or services. Based on a review of industry response, the Government will decide on the appropriate competition approach. The existing contract is a Cost Plus-Fixed Fee (CPFF) effort and is due to expire 31 October 2018. The period of performance for this effort will be five (5) years from 1 November 2018 through 31 October 2023. The estimated RFP release is October 2017 and the estimated award date is August 2018. The contract is anticipated to be Cost-Plus Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ). ELIGIBILITY This requirement is being procured under the Product Service Code (PSC) code AC15 (R&D: Defense Aircraft-Operational System Development). The applicable North American Industry Classification System (NAICS) code 488190 (Other Support Activities for Air Transportation) and the size standard is $32.5M. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A DRAFT PBWS is attached to this sources sought for respondents to use in the development of their capabilities statement package. If your company has any questions about the statement of work, or areas that may need further definition, please also identify those in the response. It is requested that interested firms submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 10 pitch) demonstrating eligibility to perform each of the services listed in the attached draft PBWS to the contracting office. A timeline to be mission capable after award must be included in your capabilities package. This documentation must address at a minimum the following items: 1. Provide a statement including company name, current small/large business status and company profile to include number of employees, annual revenue history, office locations, Cage code, and DUNs number. 2. What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. 3. What specific capabilities and/or technical skills does your company possess which ensure you can perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the following sections of the PBWS: • 3.0 Requirements o Have the ability to provide trained and certified personnel and administrative staff in support of the all requirements and CDRLs delineated in Section 3.0 of the SOW. • 3.2 Security o Ability to provide contractor personnel who qualify under all of the personal security requirements necessary on this contract. • 3.8 thru 3.10 Personnel o Ability to provide Key personnel, Aircrew and administrative staff detailed in section 3.10 Labor categories of the SOW. For Small Businesses Only: Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBWS for the duration of the contract. If the company finds itself not capable to perform all parts of the PBWS, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. Also, if the company has any questions about the structure of the statement of work, please also identify those in the response. Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. If your company has any questions about the structure of the Performance Based Work Statement, or areas that may need further definition, please also identify those in the response. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. Your response to this Sources Sought, including any capabilities statement, shall be sent by mail to the following address: Department of the Navy Aircraft Support Contracts Division Attn: Angela Brooks, AIR-2.5.1.12.7 21983 Bundy Rd, Bldg. 441 Patuxent River, MD 20670-1127 Electronic submissions may be used, size permitting, and should be sent in either Microsoft Word or Portable Document Format (PDF) to Angela.Brooks@navy.mil. No phone calls will be accepted. In addition, and Industry Day is tentatively scheduled for August 24, 2017 as a means of clarification of the requirements for this Sources Sought. Industry Day details will be posted on the FBO website in the near future. The deadline for capability statement submission is 10:00 a.m. EST, 11 September 2017. The Government will post result of this analysis on FedBizOps and reply to each offeror that submits a capability statement. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N0042117R0047/listing.html)
 
Place of Performance
Address: AIR-5.1.11.3, Webster Field, St. Inigoes, MD 20684, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN04578274-W 20170715/170713235250-238a8153870120b6e02ad3702cb5077f (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.