SOLICITATION NOTICE
R -- Logistics Support/Technical Data - RFP Attachments - RFP N00421-18-R-0044
- Notice Date
- 8/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- 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
- N00421-18-R-0044
- Archive Date
- 9/20/2018
- Point of Contact
- Crystal L. Ashton, Phone: 3017577057
- E-Mail Address
-
crystal.ashton@navy.mil
(crystal.ashton@navy.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Request for Proposal # N00421-18-R-0044 Exhibit B - Firm Fixed Price Items CDRL A007, Technical Documentation - Report CDRL A006, OPSEC Plan CDRL A005, Quality Program Plan CDRL A004, Software Development Plan CDRL A003, Over-arching contractors management report CDRL A002, Funds management, Funds and Man-Hours Expended Report CDRL A001, Status report, Individual Task Order Report Attachment P7 - Annual Fully Burdened Labor Attachment Attachment P6 - Cost Summary Spreadsheet Attachment P5 - Contractor Performance Assessment Questionnaire Attachment P4 - Past Performance Information Form Attachment 16 - Wage Determination, WD 15-4553 Orange Attachment 15 - Wage Determination, WD 15-5635 San Diego Attachment 14 - Wage Determination, WD 15-4195 Ocean Attachment 13 - Wage Determination, WD 15-4539 Duval Attachment 12 - Wage Determination, WD 15-5781 Craven Attachment 11 - Wage Determination, WD 15-5603 Kern Attachment 10 - Wage Determination, WD 15-4279 St. Marys Attachment 09 - Wage Determination, WD 15-5625 Ventura Attachment 08 - SAAR-N Attachment 07 - IT Positions Process for Contractors Attachment 06 - Technical Manual Types Attachment 05 - FFP Attachment 04_DD254 Attachment 03 - Surveillance Activity Checklist Attachment 02 - Contractor Capability Requirements and Definitions Attachment 01 - Applicable Specifications and Standards This is the official notice of Request for Proposal (RFP) N00421-18-R-0044. THIS REQUIREMENT WILL BE SOLICITED AS LIMITED COMPETITION FOR ELIGIBLE 8(A) FIRMS. This is a notification to industry of the Government's intent. Naval Air Systems Command (AIR 2.5.1.9) Patuxent River, MD announces its intentions to procure, on a limited competitive basis, products and services on behalf of the Logistics Product Data Division (AIR-6.8.5). AIR 6.8.5 has a follow-on requirement for the lifecycle support of weapons systems logistics product data. Required tasks will include: technical publication support, logistic configuration management/technical directive support, Technical Libraries, Repositories, and Data Control Center (DCC) support, Logistics Information Technology support, Technical Data Package (TDP) - acquisition and sustainment support, and technical data conversion/ digitization support. Classification Code: The classification code(s) are R706 Logistics Support Services for the Cost Plus Fixed Fee (CPFF) CLINs and 7610 Books and Pamphlets for Firm-fixed Price (FFP) CLINs. North American Industry Classification System (NAICS) code: The applicable NAICS code for this procurement is 541330 "Engineering Services" and a small business size standard of $38.5M. Place of Contract Performance: The place of performance will be at Naval Aviation Depot/Fleet Readiness Center at Cherry Point, NATEC, Naval Aviation Depot/Fleet Readiness Center, NAWAD North Island, NAWCWD China Lake, Naval Aviation Depot/Fleet Readiness Center at Jacksonville, NAVAIR and NAWC AD Patuxent River, NAWC TSD Orlando, NAWCAD Lakehurst, and Tinker Air Force Base. Anticipated Contract Type: The resultant contract is anticipated to be a single award Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with Cost-Plus-Fixed-Fee (CPFF) Level of Effort CLINs for support services, Firm Fixed Price CLINs for various technical publications and corresponding cost reimbursable CLINs for Other Direct Costs (ODCs) (Travel and Material). Individual task orders will be generated for specific program office requirements and for NAVAIR enterprise requirements. Anticipated Period of Performance: The anticipated period of performance is a four (4) year ordering period.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-18-R-0044/listing.html)
- Record
- SN05017443-W 20180804/180802231124-90abef467a5f7fadee4ec98f24c9d479 (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 |