Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2014 FBO #4592
SOURCES SOUGHT

R -- Propulsion and Power Department AIR 4.4 Lab Support - PBSOW - Labor Category and Qualifications

Notice Date
6/19/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
N00421-14-R-0064
 
Archive Date
10/30/2014
 
Point of Contact
Lyle Kralle, Phone: 3017372437, Dora L Hill, Phone: (301) 737-2495
 
E-Mail Address
Lyle.kralle@navy.mil, dora.hill@navy.mil
(Lyle.kralle@navy.mil, dora.hill@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Lab Support Labor Categories and Qualifications PBSOW for Lab Support Description : The responses to 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. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. Any resultant solicitation will be released to FedBizOpps. Prior to that, an Advanced Planning notice with regards to this requirement will be posted in FedBizOpps. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 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. INTRODUCTION The Naval Air Warfare Center - Aircraft Division (AIR-2.5.1.7) at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide engineering, technical, and administrative, operation, maintenance, repair, equipment and laboratory upgrades and improvements, equipment procurement, and calibration services for the Naval Air Warfare Center Aircraft Division (NAWCAD), Propulsion and Power Department (AIR-4.4). The services are currently being performed by Eagle Systems Inc. of California, MD under N00178-05-D-4304/M806. The existing contract is a Cost Plus Fixed Fee term type. This contract is due to expire 30 June 2015. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is R425; the NAICS is 541330 with a size standard of $35.5 million. All interested small businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside. As such, all eligible SB/SDVOSBs/8(a)/etc. are encouraged to respond. PROGRAM BACKGROUND AIR 4.4 is the lead activity for research, systems engineering and integration, engineering analysis and evaluation, test and evaluation, and in-service engineering support of Naval Propulsion and Power Systems. These systems include, but may not be limited to the following: • Air breathing engines (except for ramjets) and engine integration for manned and unmanned aircraft and missiles, engine subsystems such as controls and lubrication systems; • Auxiliary, secondary and emergency power systems; • Helicopter transmissions and drive systems; • Aircraft and engine fuel systems, and ground refueling systems; • Fuel and oil for propulsion system engines, gearboxes, propellers and transmissions; • Propulsion system performance, engine structures, fleet operations metrics; and • Power generating; battery and power conversion systems; electrical power distribution systems; electrical power quality; electrical starting and emergency electrical power systems. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a base period of 12 months and 4 one-year options for a total performance period of 5 years. The anticipated start date is 01 July 2015. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Fixed Fee (CPFF) with an estimated total Level of Effort of approximately 82,480 man-hours per year over a period of five years. These services shall be performed on-site (97 %) at Naval Air Station Patuxent River, MD, off-site at the contractor's facility (3 %) - located within 30 miles of NAS Patuxent River, MD. REQUIREMENTS See attached Draft Performance Based Statement of Work (PBSOW). Attached Draft Performance Based Statement of Work is subject to change. Labor categories anticipated to execute the contemplated services include: Senior Engineering Tech, Senior Engineer, Engineering Tech IV, Engineering Tech III, Engineering Tech II, Engineering Tech Junior, Subject Matter Expert, Administrative Assistant Junior, Administrative Assistant, Program Analyst, Program Manager, Senior Computer Specialist and Computer Specialist. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. Since at least a portion of the resultant contract will be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award. SUBMITTAL INFORMATION It is requested that interested businesses 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 PBSOW. This documentation must address, at a minimum, the following: company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 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, and a brief description of how the referenced contract relates to the services described herein; 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 city specified; 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; statement regarding capability to obtain the required industrial security clearances for personnel; company's ability to perform at least 50% of the work; and company's ability to begin performance upon contract award (projected award date 01 June 2015); Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran-Owned Small Business, Women-Owned, 8(a), HubZone or Service Disabled Veteran-Owned Small Business Concern. The capability statement package shall be sent by mail to AIR-2.5.1 Contracts, Rebecca J. Wathen, Code 2.5.1.7, 22299 Exploration Drive, Suite 301 Lexington Park, MD 20653 or by facsimile to (301) 737-2746 or by email to rebecca.wathen@navy.mil and lyle.kralle@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 2 July 2014. Questions or comments regarding this notice may be addressed to Rebecca J. Wathen at (301) 737-2632 and Lyle Kralle at (301) 737-2437 or via email at rebecca.wathen@navy.mil and lyle.kralle@nay.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-14-R-0064/listing.html)
 
Place of Performance
Address: Patuxent River Naval Air Station, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03400385-W 20140621/140619234808-d8b4e376ecab984be427b1a7947afd81 (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.