Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
MODIFICATION

16 -- Aircraft Prototype Facility (APF) Research Development Test and Evaluation Supplies/Support - Amendment 2

Notice Date
8/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
N0042109R0119X
 
Archive Date
8/31/2010
 
Point of Contact
Jennifer Maras, Phone: 301-342-3806
 
E-Mail Address
jennifer.maras@navy.mil
(jennifer.maras@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT APF SOW 8-9-10 AMENDMENT 2: Presolicitation / Advance Planning Notice for Informational Purposes Only PR#: N00421-09-R-0119 THIS IS NOT A REQUEST FOR PROPOSAL NOTE: Amendment 2 provides updated information regarding anticipated procurement milestones and clarifying information regarding APF scope/draft statement of work. Scope: The Naval Air Systems Command (NAVAIR) anticipates a requirement for Research, Development, Test & Evaluation (RDT&E) supplies and incidental services to support the Aircraft Prototype Systems Division, Code 5.2.8, which operates under the umbrella of the Range Department's Air Vehicle Modification and Instrumentation (AVMI) Department. Contractor support is required for the Air Vehicle Modification and Instrumentation's (AVMI's) Aircraft Prototype Systems Division (APSD) Aircraft Prototype Facility (APF) and Naval Air Warfare Center Aircraft Division (NAWC-AD) prototype programs. The APF consists of a small standing Government staff to support a wide variety of transient customers. The APF is designed to house a diversity of projects, requiring security protection beginning at GENSER Secret and ranging upward to Top Secret. Platforms will include, but are not limited to F/A-18, E-2, V-22, EA-6B, Unstaffed Air Vehicles of many varieties, and the MH-60 R/S. The concept of operations for the APF, supported by AVMI is as follows: Upon receipt of a work order or tasking, APSD will form focused, government lead and directed teams to support customer requirements, with the typical product being a prototype, validation and verification system or unit, with a set of engineering drawings and data sufficient to perform large quantity replication of the system or unit. The contractor will be required, at its facilities, to produce a limited number of Fleet Evaluation Units to fill the emergent need while larger production contracts (outside of the scope of this contract) are put into place. See attached draft Statement of Work for further information. The resulting contract vehicle will be a Multiple Award Cost-Plus-fixed-Fee (CPFF)/Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The estimated period of performance is 5 years. Incumbent: This is a new requirement. Set-Aside: 100% Small Business Set-Aside Contract Type: A Multiple Award IDIQ contract is planned as a contract inclusive of CPFF and FFP CLINs. NAICS code is 336413. Attachments: Draft Statement of Work - The Draft Statement of Work has been reformatted for clarification purposes. Milestones: NAVAIR anticipates procurement milestones to occur on or around the following dates. Solicitation Issued: 01 Sept 2010 Contract Award: 28 Feb 2010 Note: This notice is for informational purposes only. Questions will not be entertained at this time. AMENDMENT 1 and ORIGINAL NOTICE BELOW AMENDMENT 1: Presolicitation / Advance Planning Notice for Informational Purposes Only PR#: N00421-09-R-0119 THIS IS NOT A REQUEST FOR PROPOSAL Clarification: The following clarification is offered regarding the NAICS code identified for the APF requirement and further information is provided in regard to Organizational Conflict of Interest (OCI). NAICS Clarification: A Sources Sought for the APF requirement was previously posted via FedBizOpps. Sources Sought N00421-09-R-0119 dated June 30, 2009 for the Air Vehicle Modification and Instrumentation's (AVMI’s) Aircraft Prototype Systems Division (APSD) Aircraft Prototype Facility (APF) support at Naval Air Systems Command, Patuxent River, MD identified NAICS code 541712 and listed a size standard of 500 employees. The size standard of 500 employees was mistakenly listed, the size standard, as applicable to the APF requirement, is 1000 employees for NAICS code 541712. Furthermore, the NAICS code for this requirement has changed. After further review, the optimal NAICS code for this requirement is 336413. The size standard for NAICS code 336413 is 1000 employees. It is noted that the sources sought process is a market research tool used only for making an appropriate set-aside determination (if any) for a specific procurement. This requirement remains a 100% small business set aside. It is noted that the size standard, as applicable to the APF requirement, is 1000 employees for NAICS code 541712 and the size standard for revised NAICS code 336413 is 1000 employees. Thus, the revised NAICS code will not act to further limit competition when compared to the previously synopsis NAICS code. A Bidder may submit a proposal for this requirement regardless of the NAICS code that the company is registered under, if the Bidder satisfies the set-aside grouping (100% small business for this requirement) and the Bidder meets the size standard for NAICS code 336413. OCI Clarification: In accordance with 5252.209-9510 ORGANIZATIONAL CONFLICTS OF INTEREST (NAVAIR) (SERVICES)(OCT 2005) potential bidders are advised: To the extent the contractor provides systems engineering and/or technical direction for a system or commodity but does not have overall contractual responsibility for the development, the integration, assembly and checkout (IAC) or the production of the system, the contractor shall not (i) be awarded a contract to supply the system or any of its major components or (ii) be a subcontractor or consultant to a supplier of the system or of its major components. The contractor agrees that it will not supply to the Department of Defense (either as a prime contractor or as a subcontractor) or act as consultant to a supplier of, any system, subsystem, or major component utilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systems engineering and/or technical direction or other services performed under this contract for a period of 3 years after the date of completion of the contract. (FAR 9.505-1(a)) NOTE: The above information is only to be construed as further clarification and does not supersede any direction given via the solicitation, once issued, for the APF requirement. Scope: The Naval Air Systems Command (NAVAIR) anticipates a requirement for Research, Development, Test & Evaluation (RDT&E) supplies and incidental services to support the Aircraft Prototype Systems Division, Code 5.2.8, which operates under the umbrella of the Range Department’s Air Vehicle Modification and Instrumentation (AVMI) Department. Contractor support is required for the Air Vehicle Modification and Instrumentation’s (AVMI’s) Aircraft Prototype Systems Division (APSD) Aircraft Prototype Facility (APF) and Naval Air Warfare Center Aircraft Division (NAWC-AD) prototype programs. The APF consists of a small standing Government staff to support a wide variety of transient customers. The APF is designed to house a diversity of projects, requiring security protection beginning at GENSER Secret and ranging upward to Top Secret. Platforms will include, but are not limited to F/A-18, E-2, V-22, EA-6B, Unstaffed Air Vehicles of many varieties, and the MH-60 R/S. The concept of operations for the APSD, supported by the APF is as follows: Upon receipt of a work order or tasking, the APSD will form focused, government lead and directed teams to support customer requirements, with the typical product being a prototype, validation and verification system or unit, with a set of engineering drawings and data sufficient to perform large quantity replication of the system or unit. To meet critical fleet needs, APSD will often be called upon to produce limited supplies of such systems or units to fill the need while larger production contracts (outside of the scope of this contract) are put into place. See attached draft Statement of Work for further information. The resulting contract vehicle will be a Cost-Plus-fixed-Fee (CPFF)/Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The estimated period of performance is 5 years. Incumbent: This is a new requirement. Set-Aside: 100% Small Business Set-Aside Contract Type: An IDIQ contract is planned as a contract inclusive of CPFF and FFP CLINs. NAICS code is 336413. Attachments: Draft Statement of Work - The Draft Statement of Work has been reformatted for clarification purposes. Milestones: NAVAIR anticipates procurement milestones to occur on or around the following dates. Solicitation Issued: 03 March 2010 Contract Award: 24 July 2010 Note: This notice is for informational purposes only. Questions will not be entertained at this time. ORIGINAL NOTICE BELOW Advance Planning Notice for Informational Purposes Only PR#: N00421-09-R-0119 THIS IS NOT A REQUEST FOR PROPOSAL Scope: The Naval Air Systems Command (NAVAIR) anticipates a requirement for Research, Development, Test & Evaluation (RDT&E) supplies and incidental services to support the Aircraft Prototype Systems Division, Code 5.2.8, which operates under the umbrella of the Range Department’s Air Vehicle Modification and Instrumentation (AVMI) Department. Contractor support is required for the Air Vehicle Modification and Instrumentation’s (AVMI’s) Aircraft Prototype Systems Division (APSD) Aircraft Prototype Facility (APF) and Naval Air Warfare Center Aircraft Division (NAWC-AD) prototype programs. The APF consists of a small standing Government staff to support a wide variety of transient customers. The APF is designed to house a diversity of projects, requiring security protection beginning at General Secret and ranging upward to Top Secret. Platforms will include, but are not limited to F/A-18, E-2, V-22, EA-6B, Unstaffed Air Vehicles of many varieties, and the SH-60. The concept of operations for the APSD, supported by the APF is as follows: Upon receipt of a work order or tasking, the APSD will form focused, government lead and directed teams to support customer requirements, with the typical product being a prototype, validation and verification system or unit, with a set of engineering drawings and data sufficient to perform large quantity replication of the system or unit. To meet critical fleet needs, APSD will often be called upon to produce limited supplies of such systems or units to fill the need while larger production contracts (outside of the scope of this contract) are put into place. See attached draft Performance-Based Statement of Work for further information. The resulting contract vehicle will be a Performance-Based, Cost-Plus-fixed-Fee (CPFF)/Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The estimated period of performance is 5 years. Incumbent: This is a new requirement. Set-Aside: 100% Small Business Set-Aside Contract Type: An IDIQ contract is planned as a Performance Based contract inclusive of CPFF and FFP CLINs. NAICS code is 336413. Attachments: Draft Statement of Work Milestones: NAVAIR anticipates procurement milestones to occur on or around the following dates. Solicitation Issued: 22 Jan 2010 Contract Award: 15 May 2010 Note: This notice is for informational purposes only. Questions will not be entertained at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N0042109R0119X/listing.html)
 
Place of Performance
Address: Primary place of performance will be at the APSD Facilities, NAWC-AD, Naval Air Station, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02234003-W 20100811/100809235430-00b68cbe85e416d9e7591d18d44ce58e (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.