Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
SOURCES SOUGHT

U -- US Naval Test Pilot School Ground and Flight Instructor Services

Notice Date
2/25/2004
 
Notice Type
Sources Sought
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-04-R-0036
 
Response Due
3/15/2004
 
Archive Date
3/30/2004
 
Point of Contact
George Seabolt, Contract Specialist, Phone 301-757-9715, Fax 301-757-0200, - Rachel Luther, Contract Specialist, Phone (301) 757-9711, Fax 301-757-0200,
 
E-Mail Address
george.seabolt@navy.mil, rachel.luther@navy.mil
 
Description
?Sources Sought Synopsis.? The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, United States Naval Test Pilot School (USNTPS) is seeking eligible business firms capable of performing Ground and Flight Instructor Services to support the school?s curriculum. The U.S. Naval Test Pilot School (USNTPS) trains and graduates qualified engineering test pilots, flight test officers, and flight test engineers to conduct Test and Evaluation (T&E) at the Naval Air Systems Command (NAVAIR) and other activities. The instructor staff of the USNTPS provides highly specialized ground and flight instruction for this rigorous course. In addition, the USNTPS instructor staff acts as a technical and scientific advisory group and serves as the primary source of standardization and reference concerning flight test and technical report writing for the NAVAIR. Based on a review of industry response to this Sources Sought Synopsis, the Government will decide the appropriate acquisition strategy. This office anticipates award of a contract for these services no later than 30 September 2004. The period of performance of the resultant contract will be five years, inclusive of options. The estimated level of effort is 79,840 hours over the five-year period. The appropriate NAICS is 611512, size standard $21.5 million. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The proposed statement of work may be found at: http://www.navair.navy.mil/doing_business/open_solicitations/ NOTE: The security level of this order is Secret. The Contractor personnel supporting these tasks shall have, as a minimum, a favorable ?Secret? clearance background check resulting in either an Interim Secret clearance approval or a Final Secret clearance completed prior to their first day of full performance of duties under this PWS and before being given access to sensitive unclassified information/systems. Location of performance is on-site at NAWCAD USNTPS, Patuxent River, Maryland. Travel as directed is required. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 20 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the services listed above. The page limitation cited is not inclusive of resumes/personnel information. This documentation shall address, as a minimum, the following: (1) prior/current corporate experience in performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the services described herein; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status; (3) resources available such as corporate management and current-employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel that should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) a statement regarding capability to obtain the required industrial security clearances for personnel. The capability statement package shall be sent by mail to the following address: Department of the Navy, Contracts Department, Code 251727, Building 588, Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 9, Patuxent River, Maryland 206701463; or by facsimile to (301) 7570200, or by email to george.seabolt@navy.mil. Submissions must be received at the office cited no later than 4:00 p.m. Eastern Standard Time on 15 March 2004. Questions or comments regarding this notice may be addressed to Mr. George Seabolt at (301) 7579715, or to Ms. Rachael Luther at (301) 757-9711.
 
Place of Performance
Address: US Naval Test Pilot School, Naval Air Warfare Center Aircraft Division, BLDG 2168, 22783 Cedar Point Rd, Patuxent River, MD
Zip Code: 20670-5340
Country: United States Of America
 
Record
SN00530825-W 20040227/040225222938 (fbodaily.com)
 
Source
FedBizOpps.gov 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.