SOURCES SOUGHT
A -- Weapons Survivability Laboratory - 18-R-0054 Attachments - Labor Category Breakout
- Notice Date
- 4/19/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- 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
- N6893618R0054
- Archive Date
- 4/19/2019
- Point of Contact
- Jonathan Wander, Phone: (760) 939-3476, Thomas Vitale, Phone: 760-939-1603
- E-Mail Address
-
jonathan.wander@navy.mil, thomas.vitale@navy.mil
(jonathan.wander@navy.mil, thomas.vitale@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Labor Category Breakout DISCLAIMER: This is a sources sought technical description to determine the availability and technical capability of all potential sources to provide a multi-skilled workforce that shall perform Research, Development, Test & Evaluation (RDT&E), operations and maintenance for multiple programs. Specifically, the types of activities the contractor shall perform include but are not limited to live fire testing & evaluation, safe separation testing of free fall and other weapons, aerodynamic testing of aircraft, weapons, recovery and crew systems, and evaluation of fielded and developmental systems. The primary focus of this notice is to identify interested firms for information and planning purposes only. CONTRACT BACKGROUND: The work is currently being performed by Altus Systems & Technologies, LLC under contract N68936-15-C-0016 with a Cost Plus Fixed Fee Level of Effort (CPFF LOE) arrangement. Freedom of Information Act (FOIA) information concerning the current contract is available at http://www.navair.navy.mil/nawcwd/counsel/textonly/foia-txt.htm. This procurement objective is to compete the requirement after considering the information submitted in response to this Sources Sought Synopsis. The current requirement is under NAICS 561210 Facilities Support Services. Interested parties are requested to submit information that demonstrates they are capable of providing the required efforts in accordance with the draft Performance Work Statement (PWS) electronically attached to this synopsis. If a contract is awarded for this effort, the Government anticipates a Cost Plus Fixed Fee Level of Effort (CPFF LOE) contract. The work shall be performed primarily at the Weapons Survivability Laboratory at China Lake, CA. The contract period is anticipated to consist of three base years and two optional years for a total five year performance period. SUBMISSION DETAILS: Interested parties are requested to submit a white paper outlining their capabilities to perform the work described above. Submittals should include the following information: (1) A reference to Solicitation number N68936-18-R-0054 and the title of this announcement: Weapons Survivability Laboratory. (2) Company name and address. (3) Name, phone, fax, and email of company representative. (4) Name of key personnel. (5) If a U.S. or foreign company. (6) Company size for NAICS 561210 size standard $38.5M. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not 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. (7) If contemplating a teaming arrangement or joint venture. (8) Outline current technical capabilities (9) DCAA or DCMA points of contact. (10) All specific and pertinent information that addresses the technical requirements for which capability is being sought and that would enhance our consideration and evaluation of the information submitted. Interested parties should appropriately mark any data or information submitted with proprietary or restricted data rights legends if such markings are required. Submittals shall be no longer than ten (10) pages and electronically submitted to jonathan.wander@navy.mil and thomas.vitale@navy.mil before 4:00 PM Pacific time on 05/03/2018. Interested parties are strongly encouraged to review the draft PWS before preparing submittals. Submittals are capabilities statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for a procurement action. 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 the preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. There will be no formal acknowledgement or response provided to firms that submit information responding to this announcement. *NOTICE TO CONTRACTOR* Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9e4d6cc3be39fd6127916c3bafc26bef)
- Place of Performance
- Address: Work shall be performed primarily at the Weapons Survivability Laboratory China Lake, California. Other potential sites include, but are not limited to: Point Mugu, California, White Sands Missile Range, New Mexico and Wright Patterson Air Force Base, Dayton, Ohio., United States
- Record
- SN04894673-W 20180421/180419230428-9e4d6cc3be39fd6127916c3bafc26bef (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 |