Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
MODIFICATION

V -- United States Marine Corps/ Tactical Aircraft Support - Statement of Work - Rev1

Notice Date
1/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-09-R-0122
 
Archive Date
2/20/2010
 
Point of Contact
Shannon R. Bryner, Phone: 3017579714, Paul B Campbell, Phone: (301) 757-9717
 
E-Mail Address
Shannon.bryner@navy.mil, paul.campbell@navy.mil
(Shannon.bryner@navy.mil, paul.campbell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Revised Statement of Work INTRODUCTION The Naval Air Warfare Center, Aircraft Division, Test & Evaluation Contract Services Branch (AIR-2.5.1.7), Patuxent River, Maryland is seeking information for potential sources regarding a United States Marine Corps (USMC) requirement for Tactical Aircraft to support a variety of services. The primary requirement is to support Joint Terminal Attack Controller (JTAC) training. The USMC is experiencing an increase in controlled Terminal Attack requirements that escalates training skilled personnel. The lack of DoD fighter/attack aircraft is negatively impacting the increased training schedule. Utilizing commercial air services at the initial phase of training will move the limited DoD assets to the advanced phase of training, allowing the DoD to meet the increased training schedule. In addition to JTAC, there is a need for Electronic Warfare training that is not being fully met. This contract will assist with that training. PLACE OF PERFORMANCE West Coast: The aircraft will be based with in 250 miles of Twentynine Palms, California. 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/CONTRACT BACKGROUND The Naval Air Warfare Center—Aircraft Division (NAWC-AD) AIR- 5.1.2.12 is tasked to provide on-going aircraft support services to the Commercial Air Services (CAS) Program through the use of privately owned and operated aircrafts. The attached Performance Based Statement of Work (PBSOW) details requirements to provide air support and related services. REQUIRED CAPABILITIES This is a new requirement. A draft PBSOW is attached for review. The period of performance shall consist of one base year plus four one year option periods with performance commencing approximately August 2011. The contract type is anticipated to be an Indefinite delivery/indefinite quantity (IDIQ) contract with Firm Fixed Price (FFP) and cost reimbursable CLINs. ELIGIBILITY The appropriate North American Industry Classification System (NAICS) Code is 481219 with a Small Business Size of $7 Million. It is anticipated that the basis for award of the resultant contract will be best value to the Government, cost and non-cost factors considered. SUBMISSION DETAILS Feedback from industry is being sought on the PBSOW. Industry documentation submissions shall address, as a minimum, the following: Company profile to include current number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. In addition to providing comments on the PBSOW, interested parties are requested to submit a capabilities statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in this Technical Description, and draft PBSOW. Capability statements shall also address the following questions: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can your company or has your company managed a task of this nature? If so, please provide details. 3. What specific technical skills does your company possess which ensure your company’s capability to perform the tasks? 4. Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 5. Describe aircraft type and capabilities currently in possession or readily available to the company that will meet the requirements in the PBSOW. Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist in Microsoft Word or Portable Document Format (PDF) at shannon.bryner@navy.mil no later than 1600 Eastern Standard Time 15 days after posting. Reference this synopsis number on all attached documents. There is limit of 20 pages for all responses. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, telephone number, fax number, and email address. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-09-R-0122/listing.html)
 
Record
SN02046465-W 20100123/100121234919-b8fb7b8c7f3347e8edb72ae7702425f1 (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.