Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2014 FBO #4760
SOLICITATION NOTICE

17 -- Pre-Solicitation Conference & DRAFT RFP for AIR 4.8.6.11 Ground Support Equipment/Peculliar Support Equipment Services - DRAFT RFP & Attachments

Notice Date
12/4/2014
 
Notice Type
Presolicitation
 
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
N00024-14-D-3149
 
Archive Date
12/17/2014
 
Point of Contact
Michelle E. Johnson, Phone: 3017377594, Bruce Stouffer, Phone: 301-737-2849
 
E-Mail Address
michelle.e.johnson@navy.mil, bruce.stouffer@navy.mil
(michelle.e.johnson@navy.mil, bruce.stouffer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT DD 254 Security Classification Specification DRAFT Contract Data Requirement Lines (CDRLs) DRAFT Quality Assurance Surveillance Plan DRAFT RFP Sections A-I THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. In accordance with Federal Acquisition Regulation (FAR) Part 15, the Naval Air Warfare Center, Aircraft Division (NAWC/AD), Patuxent River, MD intends to conduct an unrestricted competition through Seaport-e, for all eligible National Zone 2 businesses for engineering, technical management, and administrative services to support the AIR 4.8.6.11 Support Equipment (SE) Test and Evaluation Branch. The Government is hereby releasing a Draft Request for Proposal (RFP). This Pre-Solicitation Conference (commonly referred to as "Industry Day") will be conducted on 17 December 2014, to provide Offerors an opportunity to ask additional clarifying questions on the Draft RFP. Instructions are included in this notice on how to register for the Industry Day. Please note that Section L and Section M are excluded from the Draft RFP. Industry input is being sought prior to the release of the Formal RFP. Publicly releasable unclassified documentation, to include the Draft RFP Sections: A-I, Quality Assurance Surveillance Plan, Contract Data Requirement Lists (CDRLs), and DD 254 Security Classification Specification has been posted herein and on the SeaPort-e website. All subsequent Draft RFP amendments and publicly releasable documentation will reside on FedBizOpps and the SeaPort-e website. It is recommended that interested Offerors check these sites frequently for any updates. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. ELIGIBILITY This requirement will be awarded as a Task Order under the SeaPort-e Multiple Award Contract; therefore, all potential Offerors and their Subcontractors must be registered within SeaPort-e before award. The applicable NAICS code for this requirement is 541330 with a current size standard of $38.5M. The Product Service Code (PSC) is H217. PROGRAM INFORMATION: The Support Equipment Test and Evaluation Branch (AIR-4.8.6.11) is responsible for technical performance and suitability assessments for SE that is used to support aircraft, systems, weapons and maintenance activities. The Branch functions within the NAWCAD Competency Aligned Organization under the auspices of the 4.0 Research and Engineering Competency, SE & Aircraft Launch and Recovery Equipment Department and the SE Engineering Division. Primarily, the SE Test and Evaluation Branch works in conjunction with Integrated Program Teams (IPTs), Externally Directed Teams, Enterprise Teams, and Integrated Test Teams that are involved in numerous Naval Air Systems Command (NAVAIR) Programs. In accomplishing its mission, the SE Test & Evaluation Branch conducts SE testing and participates in SE systems engineering, analysis, development, integration, fleet introduction and in-service engineering evolutions. This entails providing support during developer/manufacturer reviews and testing events; and conducting Test & Evaluation and Fleet Evaluation at NAWCAD Patuxent River, MD and Navy/Marine shipboard and shore-based sites. The scope of this requirement is to provide uninterrupted technical support services to the SE test and Evaluation Branch. The contractor shall be required to work in a highly integrated team environment with civil service, military, and other contractor personnel. Tasking includes SE Test Technology design and integration; test and evaluation; laboratories and facilities operation and maintenance; IPT engineering and technical assistance; and program management and administrative support. To provide support in these diverse areas, the SE Test & Evaluation Branch complements its civil service staff with highly qualified and experienced engineering, technical, administrative, and program management Contractor Support Services. The multi-disciplined skills of these personnel are integrated and shared across multiple SE support areas, laboratories, and facilities, which requires the potential contractor to generate efficiency and continuity among inter-related tasks. Through these coordinated efforts, SE Test and Evaluation Branch, program sponsors, and the Fleet are assured state-of-the-art SE that is compatible with legacy and next-generation aircraft, weapons, and systems. The requirement for these services is currently being performed under Task Order N00178-05-D-4304-M807, awarded to Eagle Systems, Inc. The NAVAIR Freedom of Information Act (FOIA) website is http://foia.navair.navy.mil. GENERAL INFORMATION: This effort will contain a base year and four option periods. The anticipated Period of Performance will be 13 May 2015 to 12 May 2020. The estimated total level of effort is approximately 371,985 man-hours per year. Refer to Section C: Statement of Work (SOW) for detailed information pertaining to the Labor Categories and qualifications under this requirement. Finally, as this is an unrestricted competition, it is noted that the Small Business (SB) subcontracting goal for each of the SeaPort-e contracts is 20% and is calculated at the contract level. However, for purposes of this Task Order, the requiring activity believes that a SB subcontracting goal of 20% is achievable, based on the market research conducted. CONTRACT TYPE: The Contract Type is Cost-Plus-Fixed-Fee (CPFF)/Cost Reimbursement vehicle. The current contract N00178-05-D-4304-M807 contains CPFF CLINs (Labor) and Cost-type CLINs (Material & ODC). Since the resultant contract will be a cost-type, the successful awardee will also be required to have a Government approved accounting system upon contract award. The Task Order technical requirements are outlined in Section C: Statement of Work and the deliverables are contained in Section J: Attachments. Additionally, this effort is subject to the Service Contract Act of 1965 (SCA) (41 U.S.C.6701 (3)), therefore, this draft RFP includes FAR 52.222-41 Service Contract Labor Standards, FAR 52.222-42: Statement of Equivalent Rates for Federal Hires and FAR 52.217-22: Non-Displacement of Qualified Workers. PRE-SOLICITATION CONFERENCE: AIR 4.8.6.11 Support Equipment (SE) Test and Evaluation Branch intends to conduct a Pre-solicitation Conference on 17 December 2014 at Patuxent River, MD. The purpose of this event is to provide a status update of this effort, inform industry of the requirements, discuss the competition timeline, receive industry's feedback on the draft RFP, and provide a Question & Answer/networking opportunity. The following is the projected schedule for the event planned for 17 December 2014: Introductions (Government Personnel) AIR-4.8.6.11 Overview Intended Acquisition Strategy Estimated Schedule Questions and Answers This is an UNCLASSIFIED event; no clearances are required. Information presented at the event will NOT be made available to Offerors, who are unable to attend the event. PRE-SOLICITATION CONFERENCE REGISTRATION: Interested Prime Contractors are highly encouraged to take advantage of this opportunity. Number of participants from each firm will be limited to a maximum of three (3) representatives from each firm. Only registered attendants will be permitted into the conference facility. Registration for the Pre-Solicitation must be made via email to the Contract Specialist: Ms. Michelle E. Johnson, at michelle.e.johnson@navy.mil. All potential Offeror's must register prior to attending the event. Participants will have to register for the Pre-Solicitation Conference before 5:00pm EST on 16 December 2014. All registered participants will receive a confirmation email, which will contain additional information. Comments, Clarifying Questions, and Responses: Unclassified written comments, recommendations, and questions regarding the draft RFP shall be addressed during the Pre-Solicitation Conference. ALL communications regarding this solicitation must come through the Procuring Contracting Officer, Bruce Stouffer, at (301) 737-2849 or bruce.stouffer@navy.mil and/or the Contract Specialist, Michelle E. Johnson, at (301) 737-7594 or michelle.e.johnson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00024-14-D-3149 /listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03587236-W 20141206/141204234642-3d610a31751ad33804eafe7ac8539876 (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.