SOURCES SOUGHT
U -- Curriculum Revision and Maintenance Contract (CRMC) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC)
- Notice Date
- 3/17/2020 1:01:11 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134020R0082
- Response Due
- 3/31/2020 11:00:00 AM
- Archive Date
- 12/31/2020
- Point of Contact
- Kelly Stevens, Phone: 4073804143, MR. RAFAEL SOBERAL, Phone: 4073804077
- E-Mail Address
-
kelly.stevens@navy.mil, rafael.soberal@navy.mil
(kelly.stevens@navy.mil, rafael.soberal@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Naval Air Warfare Center Training Systems Division (NAWCTSD) has an ongoing requirement to procure Curriculum Revision and Maintenance (R&M) services for Navy and Marine Corps� Training Programs. This acquisition is necessary to ensure continued currency and accuracy of various training program�s curriculum and electronic classroom systems via a streamlined acquisition process. NAWCTSD intends to award a Small Business Set-aside Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) with Firm-fixed-price (FFP) and Cost-plus-fixed-fee (CPFF) components to meet projected R&M requirements. All interested parties may identify their interest and capability to respond to the requirement no later than 2 pm, EST, 31 March 2020. NAWCTSD has historically provided this support utilizing small businesses via task orders issued on the Training Data Products Contract (TDPC) MAC and more recently a small business set-aside outside the MAC. It has also obtained recent market research that identifies several small businesses entities capable of supporting the E-2/C-2 Landing Signal Officer (LSO) effort. This notice also advises all parties that the E-2/C-2 LSO effort will be award with the CRMC MAC, as the first task order, immediately following award of the CRMC MAC. The results of this Sources Sought will be utilized to gage the number interested parties and the individual small business categories of potential offerors for the CRMC MAC. Estimated Request for Proposal release: May 2020. Estimated Award: December 2020. Ordering Period: Base period of sixty months. POTENTIAL PLACES OF PERFORMANCE Locations: Naval Station (NS) Norfolk, VA, Naval Air Station (NAS) Oceana, VA, Naval Air Station North Island, CA, Naval Station Mayport, FL, Naval Air Station Jacksonville, FL, Marine Corps Air Station Cherry Point, NC, Marine Corps Air Station New River, NC, Marine Corps Air Station Camp Pendleton, CA, Marine Corps Air Station Beaufort, SC, Marine Corps Air Station Miramar, CA, Naval Air Station Whidbey Island, WA, Naval Air Station Lemoore, CA, and Tinker Air Force Base, OK. DISCLAIMER �THIS SOURCES SOUGHT NOTICE (SSN) 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 PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� PROGRAM BACKGROUND NAWCTSD, Orlando, FL is the contracting and administrative agent for various Navy and Marine Corps� Aviation Training Program�s Curriculum Revision and Maintenance (R&M) services. In accordance with this designation, NAWCTSD provides a contract vehicle and administrative support for revision and maintenance of pilot and aircrew curriculum, to include support of electronic classrooms, network systems, and foreign military sales in support of various platforms. Anticipated Platforms Supported: MH-60S, MH-60R, MQ-8B/C, E-2C/D, C-2, Landing Signal Officer, P-3C, P-8, EP-3C, MQ-4, Tactical Operations Center/Mobile Tactical Operations Center, AV-8B, KC-130J/K, CH-53E, MH-53E, AH-1Z, UH-1Z, Various new Unmanned Aerial Vehicle Systems, F/A-18(S), E/A-18G, and E-6B/C. This is a new procurement, in that prior Curriculum R&M support had been provided via the TDPC MAC, which included all aspects of Instruction Systems Development (Analysis, Design, Development, Implementation, Evaluation, and Sustainment). The TDPC is no longer a viable option as its ordering period is ends on 30 September of 2020. The Curriculum Revision and Maintenance Contract (CRMC) MAC will primarily focus on the sustainment piece (Curriculum R&M) of the ISD process for the aforementioned platforms. GENERAL REQUIRED CAPABILITIES 1. The contractor shall provide Subject Matter Experts (SME) at all locations with experience in the specific Type/Model/Series (T/M/S) of aircraft support at that location. 2. The contractor shall provide Site Support personnel to include Certified Information Assurance Technicians, Learning Center Clerks and Site Managers. 3. The contractor shall provide all Curriculum support personnel required to complete changes and updates to course material. 4. The contractor shall use Government approved methods to track and document all course changes. 5. Contractor shall provide management and support of computer based classrooms and networking systems. 6. Contractor shall provide onsite cybersecurity services. ELIGIBILITY The applicable NAICS code for this requirement 541330, size standard $41.5 million. The Product Service Code is U099. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size, small business category (e.g. Women Owned, Service Disabled, etc..) in their capabilities statement. SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a maximum of two-page response (12 point font): This documentation must address at a minimum the following items: 1.) Company Information � Company Name, Address, Cage Code, List of NAICS Codes Currently Supporting 2.) Provide a statement including current small/large business status and company profile to include number of employees, most recent 3-year annual revenue history, office locations, DUNs number, etc. 3.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 4.) Provide a list of no more than three contracts that your company performed in the past three years in support of the same or similar requirement? Include the contract number; the period of performance; identify the customer being supported; and the total value of contract inclusive of all options. Note: If your company already submitted a response to the recent E-2/C-2 LSO Sources Sought (N6134020R0056). The only additional information requested is an email stating that your company already submitted a response to sources sought N6134020R0056 and that it is interested in competing for the CRMC MAC. No additional information is needed. 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 �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� 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 dated 12/3/18 at https://www.acquisition.gov/browse/index/far ). 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 �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & 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. The contract types anticipated are FFP with CPFF elements. The estimated ordering period is 60 months. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kelly Stevens, in either Microsoft Word or Portable Document Format (PDF), via email at kelly.stevens@navy.mil. The deadline for response to this request is 2 pm, EST, 31 March 2020. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted via email. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8bf4766cf9b04e8d8b4d970322ed4b8e/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN05592321-F 20200319/200317230153 (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 |