SOLICITATION NOTICE
U -- United States Navy (USN)/United States Marine Corps (USMC) Curriculum Revision and Maintenance (CR&M) Program Task Order (TO) Pre-Solicitation Notice
- Notice Date
- 7/7/2021 9:15:23 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134021R0067
- Response Due
- 7/7/2021 11:00:00 AM
- Archive Date
- 05/30/2022
- 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
- July 07 2021-Notice Please note: NAWCTSD intends to award a single award Firm Fixed Price Task Order (TO) under the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Small Business Set-aside Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to meet the USMC R&M requirements. The anticipated Acquisition Strategy is to award PACRM MAC TO utilizing fair opportunity under FAR Subpart 16.505 under the auspices of the PACRM MAC. All PACRM MAC contractors will be provided a fair opportunity to compete pursuant to FAR 16.505, unless a FAR exception in accordance with except see 16.505(a)(4) and (11), and 16.505(b)(2)(ii)(D) applies and is approved by the appropriate authority. PACRM MAC Awardees: A. Harold and Associates, LLC (AHA), Jacksonville, Florida; AHA, POC- Andrew E. Harold, Jr., Phone: 904-535-2290, AHA Basic Contract N6134021D0005 BGI, LLC (BGI), Akron, OH; BGI, POC- Greg Wadel, Phone: 330-374-7737 x-1121, BGI Basic Contract N6134021D0006 Carley Corporation (Carley), Orlando, FL; Carley, POC- Deborah Brunetti, Phone: 407-377-1322, Carley Basic Contract N6134021D0007. Crew Training International, Inc. (CTI), Memphis, TN, CTI, POC- Matthew Black, Phone: 901?754?8839, CTI Contract N6134021D0008. CTI is the incumbent for current USMC TO N6134017F0059. .......................... The Naval Air Warfare Center Training Systems Division (NAWCTSD) has the requirement to support the United States Navy (USN)/United States Marine Corps (USMC) Curriculum Revision and Maintenance (CR&M) program. This acquisition is necessary to ensure the currency and accuracy of the training programs curriculum and electronic classroom systems. NAWCTSD intends to award a single award Firm Fixed Price Task Order (TO) under the Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Small Business Set-aside Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to meet the USMC R&M requirements. Estimated Request for Proposal release: 29 July 2021. Estimated Award:� 2nd Quarter FY22. Period of Performance:� Base period of seven months (inclusive of two-month mobilization), four twelve-month options, and one five-month option. � PLACE OF PERFORMANCE Location:� Government Sites; MCAS Cherry Point, Havelock, NC. (VMAT-203, VMU FRD, KC-130 FRD), MCAS New River, Jacksonville, NC. (MATSS, HMHT-302), NS Norfolk, Norfolk, VA. (HM-12, HSCWSL), MCAS Camp Pendleton, Oceanside, CA. (MATSS, HMLAT-303), MCAS Beaufort, SC (MATSS), MCAS Miramar, CA (MATSS, KC-130 FRD), and Contractor Facility. DISCLAIMER �THIS SOURCES SOUGHT 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 USMC Curriculum Revision and Maintenance (CR&M) Programs. In accordance with this designation, NAWCTSD provides a contract vehicle and administrative support for USMC CR&M Programs. This is a follow-on procurement, in that prior USMC CR&M support had been provided via the Training Data Products Contract (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 ended in September of 2020. The PACRM MAC will primarily focus on the sustainment piece of the ISD process for the supported platforms. Market research was performed by issuing a PACRM MAC �Sources Sought� announcement to identify possible sources capable of meeting the requirement.� The Sources Sought notification was published to the beta-SAMS website on 13 Mar 2020. �The intent of the notice was to ensure full consideration was given to all potential sources.� Based on market research and the responses to the Sources Sought notification, the government determined that sufficient capabilities exist within the industry base to support a small business set-aside under the PACRM MAC. �The NAWCTSD Office of Small Business Programs concurred with the set-aside determination.� The PACRM MAC Small Business Coordination Record (DD 2579) the was approved on 19 May 2020, supporting a Small Business Set-aside competition under North American Industry Classification System (NAICS) code 541330 for the PACRM, which was awarded on 18 May 2021. REQUIRED CAPABILITIES Major performance standards under the PACRM consist of timely and accurate revision of curriculum and training system availability.� Measureable outcomes of performance are contained in the Performance Work Statement (PWS) and in the Quality Assurance Surveillance Plan (QASP), which will be provided to the successful offeror and specifically measured during task order performance. Site Manager - The SM shall provide the necessary functions to include but not limited to planning, controlling, leading, managing, resourcing, scheduling, and clerical support for all efforts. Support Personnel - Staffing in the various disciplines required to cover all facets of curriculum revision and maintenance and/or development. Subject Matter Expert (SME) � Staffing with extensive knowledge of the applicable weapons system to include operational performance capabilities and a complete understanding of security classification and mission sensitivity issues. Instructional Systems Design Support � Services to include revision and maintenance of Government curriculum, management of Government approved Learning Management System (LMS), analysis and evaluation of curriculum materials, curriculum modifications, and incorporation of newly developed curriculum into existing training programs. Training Delivery Systems (TDS) operation and maintenance - Performing scheduled and unscheduled preventive maintenance on the TDS hardware. Track and report the availability of all TDS equipment and maintaining TDS hardware. Learning Resource Center (LRC) support � Personnel with experience operating computer equipment to manage student accounts, and assist in the use and access to curriculum material. Information Assurance / Cyber Security support � Services to ensuring proper operation, certification/accreditation, and Cyber Security adherence of all computer and electronic assets used in the delivery of associated curriculum. None of the Cyber Security requirement are out of line with current DoD Policies. ELIGIBILITY The PACRM MAC applicable NAICS code for this requirement 541330, small business size standard $41.5 million. The Product Service Code is U099. If you are a small business interested in being the subcontractor 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 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 ). The anticipated Acquisition Strategy is to award PACRM MAC TO utilizing fair opportunity under FAR Subpart 16.505 under the auspices of the PACRM MAC. All PACRM MAC contractors will be provided a fair opportunity to compete pursuant to FAR 16.505, unless a FAR exception in accordance with except see 16.505(a)(4) and (11), and 16.505(b)(2)(ii)(D) applies and is approved by the appropriate authority. The solicitation and all updates will be made available to interested parties through https://beta.sam.gov, N6134021R0067, Contract Specialist, Kelly Stevens, email: Kelly.m.stevens4.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f743be1e05b144edb1407c6d99ba40e6/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN06053378-F 20210709/210707230114 (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 |