Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 17, 2013 FBO #4376
SOURCES SOUGHT

66 -- CASS, RTCASS & OTPS Performance Based Logistics (PBL) Request for Information - CASS PBL RFI 1

Notice Date
11/15/2013
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device 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
N68335-14-R-0032
 
Archive Date
2/15/2014
 
Point of Contact
Suzanne L. Tilton, Phone: 732-323-7436, Allen L Bresley, Phone: (732) 323-4068
 
E-Mail Address
suzanne.tilton@navy.mil, allen.bresley@navy.mil
(suzanne.tilton@navy.mil, allen.bresley@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Excel spreadsheet CASS, RTCASS & OTPS Performance Based Logistics (PBL) Request for Information THIS IS A REQUEST FOR INFORMATION. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center Aircraft Division, Lakehurst (NAWCADLKE) intends to issue a solicitation for CASS, RTCASS & OTPS Performance Based Logistics (PBL) support in three Lots for the (Lot 1) AN/USM-636 Consolidated Automated Support System (CASS) to include the Hybrid configuration, Radio Frequency (RF) configuration, Communication-Navigation-Identification (CNI) configuration, High Power Device Test Sets (HPDTS) as well as CASS subsystems and ancillary devices; (Lot 2) AN/USM-702 Reconfigurable Transportable Consolidated Automated Support System (RTCASS); and (Lot 3) CASS Phase II Offload OTPS's (Attachment 1). The CASS and RTCASS systems, ancillary components and OTPS's are installed at Fleet as well as land-based sites in CONUS (Continental US) and OCONUS (Outside Continental US) locations. In addition, this acquisition will include installation and de-installation support for all CASS and RTCASS variants, sustainment support of numerous repairable and consumable items, obsolescence and reliability management, CASS Station reclamation of assets, and sustainment engineering support. The Navy's intent is to solicit utilizing full and open competitive procedures on the basis of either a single award or multiple award, by lot, via Indefinite Delivery Indefinite Quantity (IDIQ) contract(s). The lots will established as primary Firm Fixed Priced with some Cost Plus Fixed Fee (CPFF) subline items. The CPFF subline items will involve sustaining engineering requirements to address obsolescence and engineering investigations and analyses as well as CASS and RTCASS installation services. The period of performance is intended to be seven years including a five-year base period and two one-year options. All comments or discussions pertaining to improving or enhancing the procurement should be submitted. Topics that are of interest to the Government are: •aa) Innovative technology refresh and obsolescence ideas. Handling of residual spares that may be remaining at the end of this contract. •bb) Transition from previous contracts to this contract. •cc) Upon contract award, should a ramp-up period be included? If so, how should it be accomplished? •dd) Thoughts on additional data that would prove helpful or beneficial to promote maximum cost efficiency. •ee) Upon award, how much time would a non-incumbent contractor need from date of award to achieve full performance capability? f) What approach would you recommend for FMS and Non-Fleet customer support? • g) Ideas for the future inclusion of EO 3 Console as part of this PBL? •h h) Ideas on providing this PBL significant cost saving? •i. i) Potential risks and recommended mitigation? •j. j) What would be the optimal timeframe for length of this contract? Please explain. •k k) Would there be a benefit to Government to have this contract awarded as one lot as opposed to three lots? Explain merits/challenges of each. Address the GFE that will be required to support the strategy of lots. •l. l) Suggestions for proposal instructions (Technical, Corporate Experience, Past performance, Price) to facilitate the offerors' proposals for the different lots. • m) Address the pros and cons of one single Production Support Integrator (PSI) for all three lots vice a PSI for each lot. •n n) Elaborate/discuss any ideas or suggestions not covered in questions a through m above. This Request For Information is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute a request for proposal. This announcement is not a formal solicitation and is not a request for proposal. Availability of any formal solicitation will be announced under a separate Federal Business opportunities announcement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. Each response must reference this notice. No contract will be awarded from this announcement. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the government. The government WILL NOT PAY for any information received in response to this request for comment nor will the government compensate the respondent for any cost incurred in developing information for the government. The Government will not release any information marked with a Proprietary legend, received in response to this Request For Information, to any firm, agency, or individual outside the Government without written permission in accordance with the legend. It is requested that information be submitted within 28 days after publication of this notice. Any request for copies of solicitations will not be addressed since this is a request for information, not a request for proposal. It is requested that information be submitted to: Suzanne Tilton, Naval Air Warfare Center Aircraft Division, Code 2.5.2., Highway 547 Bldg 562-3C, Lakehurst, NJ 08733-5000, or by electronic mail to: suzanne.tilton@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-14-R-0032/listing.html)
 
Place of Performance
Address: Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083, UNITED STATES, Lakehurst, New Jersey, 08733-5083, United States
Zip Code: 08733-5083
 
Record
SN03235018-W 20131117/131115234233-ad705a994727fef2872d53df85912702 (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.