Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2009 FBO #2635
DOCUMENT

R -- Financial, Program, and Business Analysis Support Services - Performance Based Statement of Work

Notice Date
2/10/2009
 
Notice Type
Performance Based Statement of Work
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-09-R-0014
 
Archive Date
3/13/2009
 
Point of Contact
Yarinee Tafur,, Phone: 301-342-8241
 
E-Mail Address
yarinee.tafur@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. Please do not include company brochures or other marketing type information This is a SOURCES SOUGHT for Financial, Program, and Business Analysis Support Services to determine the availability and technical capability of small businesses (including the following subsets, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses) to provide the required products and/or services. The Naval Air Warfare Center Aircraft Division Contracts Department (AIR 2.5.1.5), Patuxent River, MD is seeking information for potential sources regarding small business opportunities to fulfill a requirement to provide the Naval Air -Warfare Center Aircraft Division, Comptroller Department (AIR 10.0) with support services for budget formulation and justification; budget execution and tracking; workload planning and resource management; appropriation allocations and funds reporting; accounting and resource operations; financial policies; preparation, submission and justification of appropriation, manpower, and other resource budgets; business warehouse and financial systems support; strategic planning; Enterprise Resource Planning and reporting support and data warehouse support services. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINESS SET-ASIDE OPPORTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED. PLACE OF PERFORMANCE: Patuxent River, MD, Percentage of Effort Government (On-Site) 100%, Contractor (Off-Site) 0% 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: This work is currently being performed under a General Services Administration (GSA) Blanket Purchase Agreement (BPA) Multiple Award Contract (MAC) with Time & Material (T&M) and Firm Fixed Price (FFP) task order contract vehicle. The incumbents are: L-3 Services-N00421-05-A-1001; The Prometheus Company-N00421-05-A-1002; Coalition Solutions Integrated-N00421-05-A-1003; Computer Products Inc.- N00421-05-A-1004; INSAP Services Inc-N00421-05-A-1005; Bearing Point Inc-N00421-05-A-1006, Flatter & Associates-N00421-05-A-1007, The Mil Corporation-N00421-05-A-1008, Booz Allen Hamilton Inc-N00421-05-A-1009, Eagan McAllister Inc-N00421-05-A-1010; CACI Inc- N00421-05-A-0011, Terra Firma Consulting, Inc.-N00421-05-A-0012, Technical Support Services-N00421-05-A-0013, and National Technologies Associates-N00421-05-A-1014. The NAVAIR Freedom of Information Act (FOIA) website is available at http://foia.navair.navy.mil. REQUIRED CAPABILITIES: The Draft Statement of work (found at the NAVAIR Website, Open Solicitations, N00421-09-R-0014) delineates the requirements of this effort. SPECIAL REQUIREMENTS: Any resulting contract is anticipated to have a security classification level of Secret. ELIGIBILITY: The applicable NAICS code for this requirement is 541611 (Administrative Management and General Management Consulting Services ) with a size standard of $7M. The Product Service Codes (PSC) is R799 (Other Management Support Services). SUBMISSION DETAILS: Interested businesses shall submit responses by e-mail to Ms. Yarinee Tafur, Contract Specialist at yarinee.tafur@navy.mil. Please submit all questions to Ms. Yarinee Tafur, Contract Specialist at yarinee.tafur@navy.mil or fax at (301) 995-0333. No phone or e-mail solicitations with regards to the status of the RFP will be accepted prior to its release. All statements of capabilities shall be received at this office no later than 12:00 p.m. Eastern Time on 24 February 2009 and reference this synopsis number on both the e-mail as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested businesses should submit a brief capabilities statement package utilizing Microsoft Word (no more than five (5) pages size 8.5 X 11 inches, font no smaller than 10 point). The statement should demonstrating ability to perform the services listed in the Performance Based Work Statement. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, e-mail address; capabilities statement should include discussion of similar work completed and prior contract award numbers as applicable. The estimated contract value of this requirement is approximately $40M. This requirement is anticipated to be a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) task orders, to include a base year and four one year periods. The government expects to award to no more than three (3) offerors that provide the best value to the government. As a MAC IDIQ, awardees will compete for task orders. During task order competitions, all contract awardees will be treated equally and no advantage will be given based on business size. The period of performance is to commence 01 January 2010. The solicitation is projected to be released in May 2009. If you have questions concerning this source sought please contact Yarinee Tafur via e-mail at yarinee.tafur@navy.mil. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Please watch the NAVAIR website, http://www.navair.navy.mil/, for further announcements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=de627e753d31a655e8df62a8dd62f008&tab=core&_cview=1)
 
Document(s)
Performance Based Statement of Work
 
File Name: Performance Based Statement of Work for N00421-09-R-0014 (PBSW Comptroller.doc)
Link: https://www.fbo.gov//utils/view?id=bfc377d83846c596aaf72632bb527948
Bytes: 60.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Patuxent River, 21983 Bundy Road, Building 441 Unit 7, Patuxent River, MD 20670, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01747929-W 20090212/090210220603-de627e753d31a655e8df62a8dd62f008 (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 |
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.