MODIFICATION
M -- Fleet Readiness Center Southeast (FRCSE) - Production Support Services
- Notice Date
- 1/17/2019
- Notice Type
- Modification
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
- ZIP Code
- 32826
- Solicitation Number
- N6134019R0003
- Response Due
- 2/1/2019
- Archive Date
- 2/16/2019
- Point of Contact
- Contract Specialist
- E-Mail Address
-
elouise.bryant@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). By means of this sources sought notice (SSN), the Naval Air Warfare Center Training Systems Division (NAWCTSD) is seeking potential Small Business sources to provide Production Support Services (PSS) in support of Fleet Readiness Center Southeast (FRCSE) located in Jacksonville, FL and its remote sites in Virginia as follows: FRCSE JAX “ to include NAS JAX, FL; Cecil Commerce Center, FL; NS Mayport, FL; and Orange Park, FL FRCSE Detachment Oceana “ to include NS Norfolk, VA and NAS Oceana, VA FRCMA Voyage Repair Team (VRT) “ to include NS Mayport, FL and NS Norfolk, VA Consolidated Automated Support System (CASS) Portable Electronic Maintenance Aide (PEMA), PMA 260 “ Cecil Commerce Center, FL Airborne Expendable Counter Measures (AECM), PMA-272 “ NAS JAX, FL The PSS contractor provides for logistical services in support of the Depot Level Maintenance effort through operational management of warehouses, inventory and storage of aircraft parts, production of tool kits for maintenance, and external support to the In-Service-Repair Program. In addition, the PSS contractor manages mega centers by conducting environmental support and equipment management functions; and the transportation of materials and components from one point in the maintenance process to the next. All contractor personnel are required to be able to obtain a SECRET clearance as confirmed through a favorably adjudicated Tier-3 investigation from the Office of Personnel Management. The Contractor is responsible for ensuring that all personnel receive the requisite investigation and are favorably adjudicated in accordance with DoDM 5220.22, National Industrial Security Program Operating Manual. It is anticipated that this requirement will be solicited as a single-award, indefinite-delivery indefinite-quantity task order contract with an ordering period of 60 months. The estimated number of Full Time Equivalents (FTE) required to fulfill this requirement is expected to exceed 100. Responses to this notice should include a brief discussion of the contractor ™s technical approach and a synopsis of the contractor ™s experience with Production Support Services. It is requested that each respondent include its major/services, primary customer base, number of employees, annual revenue history, office location, CAGE Code, and a statement regarding its current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 561210, which carries a $38.5M small business size standard. If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of śSimilarly Situated Entity ť and changes the 50% calculation for compliance with the clause. Small business primes may now count work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dates 12/3/18 at http://farsite.hill.af.mil/vmfara.htm ). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize śsimilarly situated entities ť to meet the Limitation on Subcontracting, please identify the name and CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government ™s capability determination. Emailed responses are requested to be no more than five (5) pages using 12 point Times New Roman font minimum. This notice is being used 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 RFP. Responses in any form are not offers. Issuance of this notice should not be construed as obligating 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 contractors shall respond to this notice, no later than 3:00 PM Eastern Daylight Time (EDT) on 01 February 2019 via email to ricardo.colonacevedo@navy.mil and elouise.bryant@navy.mil. All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JAN-2019); 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/N6134019R0003/listing.html)
- Record
- SN05197934-F 20190119/190117230051 (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 |