Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2012 FBO #3823
SOURCES SOUGHT

V -- Airborne Maritime Surveillance (AMS)/Range Clearing - Attachment 1 to DRAFT Performance Based Statement of Work (PBSOW) - DRAFT Performance Based Statement of Work (PBSOW)

Notice Date
5/11/2012
 
Notice Type
Sources Sought
 
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
N00421-12-R-0048
 
Archive Date
6/13/2012
 
Point of Contact
Shannon R. Bryner, Phone: 3017579714, Marisa J Scruggs, Phone: (301) 757-9786
 
E-Mail Address
Shannon.bryner@navy.mil, marisa.scruggs@navy.mil
(Shannon.bryner@navy.mil, marisa.scruggs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attached - DRAFT Performance Based Statement of Work (PBSOW) Attachment 1 to DRAFT Performance Based Statement of Work (PBSOW) 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 industry service support available to provide Airborne Maritime Surveillance (AMS)/Range Clearing. 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. 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 AMS ensures DoD Ranges are clear to support missile testing and fleet training exercises. Testing supported by AMS/Range Clearing includes sub-surface, surface, and air testing with a number of multi-service projects for the Research, Development, Test and Evaluation (RDTE) community at Pacific Missile Range Facility (PMRF), Hawaii as well as other DoD Ranges. Additionally, this contract will provide AMS/range clearing support for missile testing performed by the Theatre Missile Defense systems, Naval Base Ventura County ranges, and fleet training exercises. During these tests, missiles may cover a distance of several thousand miles, whereby ships and private surface vessels need to be notified of the operation. Additional missions will include RDTE and Telemetry requirements for supporting DoD tasks. The attached draft Performance Based Statement of Work specifies requirements to provide AMS and related services. This requirement was previously satisfied via competitively awarded Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract N00421-08-D-0011. The incumbent contractor is Phoenix Air Group, Inc. Additional information requests in regards to contract N00421-08-D-0011 can be made to the NAVAIR Freedom of Information Act (FOIA) website at http://foia.navair.navy.mil. REQUIRED CAPABILITIES This requirement is a follow-on procurement. A draft Performance Based Statement of Work (PBSOW) is attached for review. The government anticipates a period of performance of 5 years with performance commencing approximately 17 April 2013. The contract type is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Cost Reimbursable CLINs. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification will apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance and "Secret" Safeguarding capability. Include in your response your ability to meet the Facility and Safeguarding security requirements. ELIGIBILITY The North American Industry Classification System (NAICS) Code utilized for this acquisition is 481219 with a Small Business Size of $14 Million. The Product Service Code (PSC) is V121. SUBMISSION DETAILS Interested businesses shall submit responses electronically to the Contract Specialist, Shannon Bryner, in Microsoft Word or Portable Document Format (PDF) at shannon.bryner@navy.mil no later than 2:00 pm Eastern Standard Time on May 29, 2012. 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/ on or about August 23, 2012. 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. 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 (no more than five (5) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, telephone number, fax number, and email address. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-12-R-0048/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02745987-W 20120513/120511235327-a035e45af24374a9044fc50bac3eaa6a (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.