DOCUMENT
R -- Engineering Support Services for the AIR-4.0 Research & Engineering Group at FRC East Cherry Point, NC - Attachment
- Notice Date
- 6/12/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- Solicitation Number
- N6134015R0001
- Response Due
- 6/30/2014
- Archive Date
- 7/15/2014
- Point of Contact
- Dave Davidson
- E-Mail Address
-
D
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Sources Sought Notice is to determine the interest, availability and capabilities of potential offerors to provide the required Engineering Support Services described in the attached Draft Performance Work Statement (PWS). INTRODUCTION: The Research and Engineering Group (AIR-4.0) of the In-Service Support Center (ISSC) located at Fleet Readiness Center East (FRC-East) on the Marine Corps Air Station (MCAS) Cherry Point in Eastern North Carolina provides worldwide naval aviation in-service engineering support for both FRC-East production and Fleet operations. The Research and Engineering Group (AIR-4.0) plans to procure engineering services in support of weapon systems supported by the AIR-4.0 Competencies at Cherry Point, North Carolina. This includes the AV-8, C-130, H-1, H-46, H-53, H-60, V-22, MQ-8, RQ-21, F-35, CASS, Foreign Military Sales (FMS) and the various engines, components and support systems associated with these and other assigned weapon systems. Services will be required to support the full range of engineering disciplines required to maintain these weapon systems. The Research and Engineering Group (AIR-4.0) also requires technical and administrative services in support of the In-Service Support Center (ISSC). Tasks are generated from a variety of sources for the Research & Engineering Group at Cherry Point including, the Fleet, FRC-East and various Program Managers Aircraft (PMA), etc. The resultant contract is anticipated to be a single award Indefinite Delivery, Indefinite Quantity-type contract with Firm-Fixed-Price, Cost-Plus-Fixed-Fee and Cost-type line items. The estimated number of hours to be ordered under this requirement is 567,835 during the five-year ordering period. SUBMISSION REQUIREMENTS Interested firms should submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached draft PWS. This documentation must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described herein; (2) company profile to include number of employees, annual revenue history, office location(s), company website (if applicable), and DUNS number; (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified; (4) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) provide documentation of the company ™s ability to begin performance upon contract award (projected award date 3 August 2015). All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone, fax number, and e-mail address. This sources sought announcement is published for informational purposes only. This is not a solicitation. 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 notice is strictly voluntary. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will be posted through the Navy Electronic Commerce Online (NECO) and the Federal Business Opportunities (FBO) websites. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134015R0001/listing.html)
- Document(s)
- Attachment
- File Name: N6134015R0001_PWS_-_4_0_Engineering_for_Sources_Sought_6-12-14.pdf (https://www.neco.navy.mil/synopsis_file/N6134015R0001_PWS_-_4_0_Engineering_for_Sources_Sought_6-12-14.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6134015R0001_PWS_-_4_0_Engineering_for_Sources_Sought_6-12-14.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6134015R0001_PWS_-_4_0_Engineering_for_Sources_Sought_6-12-14.pdf (https://www.neco.navy.mil/synopsis_file/N6134015R0001_PWS_-_4_0_Engineering_for_Sources_Sought_6-12-14.pdf)
- Record
- SN03393353-W 20140614/140612234810-98e477dd559fa8620601718e72cee358 (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 |