Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2018 FBO #6217
SOURCES SOUGHT

R -- Contractor Support Services (CSS) for the Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL

Notice Date
11/29/2018
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
 
ZIP Code
32826
 
Solicitation Number
N6134019R0061
 
Response Due
12/14/2018
 
Archive Date
12/29/2018
 
Point of Contact
407-380-4338, terry.v.gotter@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought request for vendor information. This is the third notice for the required service, and is being issued due to increasing/changing requirements. The Naval Air Warfare Center Training Systems Division (NAWCTSD), 12211 Science Drive, Orlando, FL 32826, has a requirement for annual Contractor Support Services (CSS), to assist in acquiring and managing Navy training devices and systems. Applicable NAICS Code is 541330, Engineering and Technical Services which carries a $38.5M small business size standard. These services include the following functional areas: engineering, instructional systems, program management, and logistics. Work will require security clearances up through and including Secret (Top Secret for a limited number of personnel) (see attached DD254). These services will provide augmentation to the NAWCTSD Government personnel in addressing training requirements that arise throughout the acquisition life cycle, from concept refinement, through operation, and then post fielding support. The contractor shall provide offices/workspace for all contractor employees. The Government may require some personnel to work at NAWCTSD headquarters in the DeFlorez building on an as-needed basis. Regardless of office or workspace location, contractor personnel shall be able to report to the DeFlorez building within 2 hours of notification. The critical performance objective for this requirement is to meet demand for technically skilled manpower to execute tasks that produce NAWCTSD training systems. The government expects to award a Cost Plus Fixed Fee type of contract that provides approximately 200,000 hours of work each year and that requires approximately 26 different Labor Categories of Junior, Journeyman, and Senior personnel. The contract period of performance will be one year with four additional one-year option periods for a total of 5 years. Responses to this notice should include key corporate information as well as a brief synopsis of the Contractors experience in providing professional services on Government contracts under NAICS Code 541330. Specifically, your response should be provided in two distinct parts, as follows: Part I: Provide the following information: a. Your office location b. CAGE Code c. Whether you currently have a DCAA approved accounting system. d. A statement regarding your current Small Business Administration (SBA) business size and specific socio-economic classification (i.e. Small Business, SDB, SDVOSB, etc.) under NAICS code 541330, Engineering and Technical Services. e. Point of Contact name, phone number, and email, if follow-up communication is needed. Part II: Provide the following: a. The contract numbers and task order numbers (as appropriate) of two (2) past contracts that represent your firm ™s experience with the types of work that the Navy requires in the iCSS Draft Statement of Work at Appendix A. b. For each of the 2 past contracts or task orders, provide a list of the Bureau of Labor Statistics Standard Occupational Classification (BLS-SOC) Labor Categories that compares the Labor Categories your firm provided in the past to the Labor Categories required in the iCSS statement of work at Appendix A. Also provide the average annual number of employees by Labor Category that you managed on each contract. c. For each of the 2 past contracts or task orders, provide the average annual dollar amounts (magnitude) of each that your firm executed; identify any amounts executed by subcontractors or partners. If the magnitude of the contracts or task orders are less than $16M avg/year, please provide a brief description of your company ™s plan to accommodate an increase in value up to approx. $22M average per year in terms of recruiting, hiring and managing a workforce of that magnitude. d. If the contracts discussed in paragraph (a) above were other than Cost type contracts, provide a list of 2 or 3 of your firm ™s past Cost type contracts name and by contract number. What was the magnitude of each contract? If you do not have experience with Cost contracts, your response should state that. e. Your firm ™s past experience and capability to work with classified material up through and including Top Secret. If you do not have experience on requirements through the Top Secret classification, your response should clearly state that, and describe what security level your company has experience with. f. Your annual revenue for the past 3 years. g. Please confirm that your firm or prospective JV is able to and will comply with the requirements of FAR 52.219-14 - Limitations on Subcontracting. This clause requires the Small Business Prime to perform at least 50 percent of the cost of contract performance (i.e. 50 % or more of personnel costs incurred shall be expended for employees of the Small Business Prime). NOTE: The rough order of magnitude for this solicitation is $110M. Responses should be provided in a Word document, not to exceed 6 pages, to the Contract Specialist for this solicitation, Terry.V.Gotter@navy.mil. Use 12 point Times New Roman font. If you have previously responded to prior Notices for this requirement, request that you review and re-submit your information based on the new requirements as stated in this Notice. NAWCTSD is using this notice for the purpose of determining market interest, availability, and adequacy of potential small business sources prior to establishing the method of services acquisition and issuance of a request for proposals. Your responses in any form are not offers. Issuance of this sources sought notice does not obligate the Government in any way to issue a solicitation or to award a contract in furtherance of the objectives discussed herein. No funds are available to pay for preparing responses to this notice. The Government reserves the right to review and use data at its own discretion. Interested offerors shall respond to this notice, no later than 4:00 PM (Eastern Daylight Time (EDT) on 14 December 2018, via email to Terry.V.Gotter@navy.mil. All interested offerors must register in Systems for Award Management (SAM) to be eligible for award of Government contracts. Three files are attached to this notice, as follows: 1. Word version of this notice. 2. Draft Statement of Work 3. DD254 Planning Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134019R0061/listing.html)
 
Place of Performance
Address: NAWCTSD 12211 Science Drive, Orlando, Florida
Zip Code: 32826
Country: US
 
Record
SN05162325-F 20181201/181129230018 (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.