Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2013 FBO #4121
SPECIAL NOTICE

58 -- Special Surveillance Program Operations, Logistics, Training and Packout Basic Ordering Agreements - N68335-12-R-0199

Notice Date
3/5/2013
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-13-R-0199
 
Point of Contact
Patrick Smith, Phone: 7323237754
 
E-Mail Address
patrick.w.smith2@navy.mil
(patrick.w.smith2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1, Experience Evaluation Form Draft BOA Template The purpose of this notice is to issue Basic Ordering Agreements (BOA) to provide Naval Air Warfare Center Aircraft Division (NAWCAD) AIR-4.5X Special Surveillance Programs (SSP) Continental United States (CONUS) and Outside Continental United States (OCONUS) Operations, Logistics, Training and Pre-deployment support for Persistent Ground Surveillance Systems (PGSS), Persistent Surveillance Unmanned Aerial System (PSUAS) and HELIOS Copper Head in Forward Operating Bases (FOBs) throughout Afghanistan. A BOA is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor that contains: (1) terms and clauses applying to future contracts (orders) between the parties during its term, (2) a description, as specific as practicable, of supplies or services to be provided, and (3) methods for pricing, issuing, and delivering future orders under the BOA. A BOA is not a contract. Delivery/Task Orders issued under BOAs are the binding contractual actions, and each order issued shall be subject to the contract clauses, provisions, certifications, terms, and conditions of the BOA. The BOA template to be utilized is attached to this notice. The Contracting Officer will advertise the BOA again through the Federal Business Opportunities website annually, to maximize competition for the duration of the effort. Issuance of BOA's will be based on evaluation of qualifications in accordance with the criteria as set forth in this notice. Award of specific orders as requirements arise will be based on price/cost and other factors as deemed desirable and set forth for each specific requirement. The Government reserves the right to set-aside future BOA orders for small businesses contractors when practicable. Specific firm-fixed price and cost reimbursement orders will be competed among the BOA Holders. In order to receive a cost type order, a contractor must have a Defense Contract Audit Agency (DCAA) approved accounting system. Individual orders will not be synopsized unless it is determined by the Contracting Officer that the requirements of FAR Part 5 have not been met by this notice for a specific order, or otherwise determines that synopsis of the requirement is in the best interest of the Government. BOAs will be issued to support the following Special Surveillance Programs parameters: 1) Operator support for numerous Forward Operating Bases (FOBs) and Hubs throughout Afghanistan. Operators must successfully complete the pre-deployment evaluation which includes, but not limited to, a health evaluation, formal high school or higher education, and minimum Interim SECRET level security clearance. Operators shall be required to attend Government provided pre-deployment training and obtain a certificate of completion prior to each deployment. 2) Logistics support shall be integrated and designed to support each FOB, deployment site and Hub. Logistics support includes providing spares capability for each FOB, deployment site and Hub, periodic resupply of spare items at FOBs and Hubs, automated parts/equipment/system tracking and material order requests as well as sensor/equipment status tracking, transportation, operation and maintenance, Reliability and Maintainability (R&M) tracking, and response to war/weather losses. Hardware/materials may include, but not limited to: Ground Control Stations (GCSs) and components, sensors, gondolas, aerostat components, TigerShark Unmanned Aerial System (UAS) components, related hardware, and replacement parts. This hardware will be utilized in various installations in CONUS and OCONUS locations. Planned installation environments include a range of missions such as urgent warfighter support in Afghanistan and CONUS training locations 3) CONUS training and pre-deployment packouts for operators in support of PGSS/PSUAS/HELIOS Copperhead Programs. These orders will be competed at least annually. The NAICS codes that will be used for future BOA competitions are as follows: 334290, 561990, and 811213. Contractors that demonstrate that they meet the following qualifications will be considered for issuance of a BOA for any/all of the following areas: operator, logistic, training or pre-deployment support. The evaluation criteria is as follows: (1) Experience: Provide three (3) projects your firm has performed in any/all of the following areas (a) PGSS, PSUAS, and HELIOS Copper Head and/or OCONUS aerostat and/or Unmanned Aerial Vehicle (UAV) operator support, (b) PGSS, PSUAS, and HELIOS Copper Head and/or OCONUS logistics support, and (c) PGSS/PSUAS/HELIOS Copper Head Training and/or training efforts similar in scope to PGSS/PSUAS/HELIOS Copper Head, (d) PGSS, PSUAS, and HELIOS Copper Head and/or OCONUS pre-deployment support, within the last three years (not to have exceeded 3 years since completion) to include contract numbers, value of contracts, points of contact for reference with phone numbers, email addresses, period of performance and a brief description of the project. A firm must provide three (3) projects in the past three (3) years for each area in which they desire to compete for future BOA orders. Experience information submitted must have a logical connection to the requirement. Contractors shall submit the above information as part of their capability statement for both the prime contractor and proposed major subcontractors (if applicable). Attachment 1, Experience Evaluation Form, shall be used to submit all experience information. The following evaluation criteria will be used to evaluate contractor's capability statement for issuance of a BOA: 1) Experience. Experience shall be evaluated for acceptability (only) on a pass/fail basis. Evaluation of experience will be determined based on contractor's responses to each aspect of the evaluation criteria. The Government will consider the relevancy of the experience data. To be considered relevant, the contractor must demonstrate execution of similar contracts for PGSS, PSUAS, and HELIOS Copper Head and/or OCONUS logistics, training and aerostat and/or UAV operator support in terms of complexity, magnitude of effort, schedule and scope. Additionally, the performance must have occurred during the last three (3) years. The Government reserves the right to contact the listed points of contact for each reference to verify the information submitted. The Government reserves the right not to issue a BOA to a contractor who fails to meet the above stated criteria. BOAs will be issued for a period of three years. There is no guaranteed minimum dollar amount or volume of work that will be ordered under the BOAs. Government funds are obligated only to the extent that a duly issued order creates such an obligation. The BOA can only be changed by modification of the agreement itself and not by individual orders issued under the BOA. Modification of the BOA shall not retroactively affect orders issued prior to the time of the modification. A BOA may be cancelled by either party by mailing or otherwise transmitting 30 days prior written notice to the other party. Any such cancellation shall have no effect on any orders issued prior to the effective date of the cancellation, which shall be 30 days from the date of mailing or otherwise transmitting the written notice of cancellation. Prior to the effective date of cancellation, NAVAIR may continue to place orders under the BOA. Firms must review the BOA template and indicate their ability and agreement to comply with all of the terms and conditions as stated. Contractors must have representations and certifications registered on the ORCA website located at https://orca.bpn.gov/, and also be registered on the website Central Contractor Registration located at https:// www.bpn.gov/ccr/. All responsible sources are encouraged to submit a capability statement in response to this announcement to be evaluated for issuance of a BOA. Responses should reference solicitation number N68335-13-R-0199. Capability statements must be submitted electronically to Patrick Smith at patrick.w.smith2@navy.mil. In order to maximize efficiency and minimize the effort involved in the capability statement evaluation process, all submissions must comply with the following instructions for capability statement format and content. The electronic capability statement shall be prepared so that if an evaluator prints the capability statement it meets the following format requirements: 8.5 x 11 inch paper; single-spaced typed lines; newspaper column formatting is not permitted; 1 inch margins on all sides; not smaller than a 10 point font without condensing; photographs, pictures or hyperlinks are not permitted; files shall be Microsoft Office 2003 compatible; no ZIP files, no fold-out pages; PDF files are permitted; all file names shall include title of the evaluation criteria. Capability statements page limit for the entire submission is 12 pages. The Cover Letter must at a minimum contain the following information: solicitation number; enclosures being transmitted; CAGE code; a statement regarding Representations and Certifications being incorporated or attached to submission and any exceptions taken to the terms and conditions of the BOA template attached to this announcement. All questions and submissions in reference to this notice will be sent to the Point of Contact for this requirement, Patrick Smith, Phone: (732) 323-7754, E-mail: patrick.w.smith2@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-R-0199/listing.html)
 
Record
SN03003981-W 20130307/130305234851-79ddfdf0890e01b64e169cf0a0fba2da (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.