SOURCES SOUGHT
B -- Pt. Mugu Sea Range (PMSR) Mission Assurance Services (MAS)
- Notice Date
- 3/12/2020 4:47:57 PM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893620R0101
- Response Due
- 3/22/2020 12:00:00 PM
- Archive Date
- 03/22/2021
- Point of Contact
- Candice Gonzalez, Phone: 8059898056, Katy J. White, Phone: 8059891908
- E-Mail Address
-
candice.gonzalez@navy.mil, katy.j.white@navy.mil
(candice.gonzalez@navy.mil, katy.j.white@navy.mil)
- Description
- (1) INTRODUCTION AND PURPOSE: The purpose of this Sources Sought Notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and to gain market knowledge of potential qualified sources. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. �No solicitation is currently available and as such this is not a request for proposal, and in no way obligates the Government to award any contract. �A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. �After review of the responses to this sources sought announcement, a synopsis and/or solicitation announcement may be published. � (2) PROGRAM DESCRIPTION: The Point Mugu Sea Range is a highly dynamic, high-paced operational environment that requires a rigorous training program and comprehensive procedural documentation to support safe and effective operations. Efficient policies, standardized operational procedures, and event rehearsal are key components of successful mission execution. Expert consultation is required for the development, maintenance, and integration of a robust range training program and sound operational procedures. All existing training programs such as CRM, Threat Error Management (TEM), and ORM must be supported and incorporated into an off-nominal training environment to properly prepare for mission success. Development of all-inclusive off-nominal training scenarios and use of live-virtual capabilities are vital training enhancements that must be exercised regularly to maintain operational efficiency. Tracking technical training completion, evaluating operational anomalies, and logging Range Action Team outcomes are key components of continuous process improvement. � 3) REQUIRED CAPABILITIES: �See attached Draft Performance Work Statement (PWS).� (4) PLACE OF PERFORMANCE: �Point Mugu Sea Range. (5) CONTRACT TYPE: This contract is planned to be a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity contract, with a 5-year ordering period. (6) CONTRACTOR RESPONSE: �Any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. �The written response shall provide a brief title of this announcement and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work as outlined in the attached Draft PWS without compromising the quality, accuracy, reliability, and schedule. Special emphasis should be� Contractor responses shall also include the following information:� a)�� �A brief title of this announcement;� b)�� �Company name and address;� c)�� �Company's point of contact name, phone, fax, and e-mail;� d)�� �Declaration as to whether a U.S. or foreign company� e)�� �*Provide Joint Certification Program (JCP) number; f)�� �Company size (Small or Large according to the identified NAICS and size standard identified), g)�� �If your company is a Small Business, specify if your company is each of the following: (i) Service-Disabled Veteran Owned Small Business (SDVOSB); (ii) HUBZone Small Business; (iii) 8(a) Concern; (iv) Woman-Owned Small Business; (v) Economically Disadvantaged Woman-Owned Small Business. h)�� �Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, i)�� �A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. � j)�� �An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and k)�� �Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted. � Questions and comments are highly encouraged; however, Government is not obligated to answer all questions received. � Documents associated with this synopsis will only be available through Federal Business Opportunities (FBO) as they may contain Controlled Unclassified Information. DOCUMENTS WILL NOT BE EMAILED. Please see the FBO Vendor Guide for instructions on how to obtain secure documents on FBO.� The results of the sources sought may also be utilized used to determine if any Small Business Set-Aside opportunities exist under NAICS 541690 Other Scientific and Technical Consulting Services with a small business size standard of $38.5 Million. �All Small Business Set-Aside categories will be considered. � Vendors should appropriately mark proprietary and restricted data. � All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/SAM/. �� Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number. �Effective June 11, 2018, entities who create or update their registration in SAM.gov to apply only for federal assistance opportunities such as grants, loans, and other financial assistance programs, have a notarized letter on file within 30 days of registration. �Additionally, Effective June 29, 2018, all non-Federal entities who create or update their registration in SAM.gov, have a notarized letter on file within 30 days of registration. �It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an ""Active"" status as the government cannot award to an entity without an ""Active"" SAM registration. �More information can be found at www.gsa.gov/samupdate. 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. Responses shall be submitted by e-mail to Candice Gonzalez at Candice.gonzalez@navy.mil no later than 22 Mar 2020 12:00 p.m. PST. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/58ab631fce2b4b01a4d1b0e41f302092/view)
- Record
- SN05587841-F 20200314/200312230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |