Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2013 FBO #4400
SOURCES SOUGHT

V -- Air Support for Production Sonobuoy Acceptance Testing - Statement of Work

Notice Date
12/9/2013
 
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
SQAP-Sources-Sought
 
Archive Date
1/25/2014
 
Point of Contact
John Gyorda, Phone: 301-757-6537, David S. Silverstone, Phone: 3017572528
 
E-Mail Address
john.gyorda@navy.mil, david.silverstone@navy.mil
(john.gyorda@navy.mil, david.silverstone@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work This is a Sources Sought Synopsis. There is no solicitation available at this time. Requests for a solicitation WILL NOT receive a response. PMA 264 is seeking sources for aircraft to be utilized for sonobuoy lot acceptance testing. The mission of this aircraft will be in support of the Air ASW Systems Program Office (PMA-264) of the Program Executive Office for Air ASW, ASSAULT and Special Mission Programs (PEOASWASM) for providing air support to the Sonobuoy Quality Assurance Program (SQAP) during acceptance testing of production and engineering testing of pre-production sonobuoys. Testing is conducted off the coast of San Clemente Island, California in the Southern California (SOCAL) Test Range along with a project vessel. The Production SQAP has used "real world" ocean air drop acceptance tests of random samples of sonobuoy production lots for over fifty years to ensure the performance and reliability of sonobuoys bought for the US Navy. The design and manufacture of sonobuoys are contracted to private industry using performance specifications (not a drawing package). Each production sonobuoy lot must be sampled and evaluated within 45 days of its completion or the government must purchase the lot by default. Requirements of the aircraft are in accordance with the attached Draft Statement of Work. The government anticipates a period of performance of 5 years with performance commencing approximately 1 October 2016. The contract type is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) CLINs. PMA 264 is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements in the attached Draft Statement of Work. Interested Businesses should submit a brief capabilities statement package (no more than five (5) one-sided, 8.5x11 inch 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 the following: a. Name of Company b. Address c. Point of Contact (to include phone number and email address) d. Recent, relevant experience in all areas should be provided. e. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. f. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), 8(a) certified business, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business (HUBZone). g. Company size status and CAGE code h. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership). All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. The National American Industry Classification System (NAICS) code for this action is 481219, Other Nonscheduled Air Transportation. The size standard for this NAICS code is $14 million. All prospective contractors must be registered in the Central Contractor Registration (CCR). This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. 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. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. The Government will evaluate the information provided, include it in within our market research, and use it as needed during RFP development. In addition, the Government will use its evaluation of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the evaluation. Contracting Office Address: 21983 Bundy Road Patuxent River, MD 20670 Place of Performance: San Clemente Island, California United States Primary Point of Contact: John Gyorda Contracts Specialist John.Gyorda@Navy.mil Phone: 301-757-6537
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/SQAP-Sources-Sought/listing.html)
 
Place of Performance
Address: San Clemente Island (SCI), California, San Clemente Island, California, United States
 
Record
SN03248035-W 20131211/131209234030-2d9de02a504d29b3e4380b62270c6e03 (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.