Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
MODIFICATION

R -- AIR-5.1.6 Engineering & Technical Support Services

Notice Date
12/31/2014
 
Notice Type
Modification/Amendment
 
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
N00421-15-R-0029
 
Archive Date
2/7/2015
 
Point of Contact
Kurt J. Dronenburg, Phone: (301) 757-9733, Daniel L Chambers, Phone: (301) 757-9796
 
E-Mail Address
kurt.dronenburg@navy.mil, daniel.chambers@navy.mil
(kurt.dronenburg@navy.mil, daniel.chambers@navy.mil)
 
Small Business Set-Aside
N/A
 
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. Capability statements are also being requested via an Advance Planning notice posted on the Seaport-e portal (http://www.seaport.navy.mil/default.aspx) from all Zone 2, large and small businesses interested in the procurement and via FBO. In your capability statement, please state whether or not you would prefer to contract via Seaport-e. If your company does not have a preference, please state so in your capability statement. Whether or not the Government will procure this requirement via Seaport-e will be determined by the responses we receive from interested companies. 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 (NAWCAD) Contracts Department (AIR 2.5.1.12), Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to support the Air Vehicle Test & Evaluation Division (AIR-5.1.6) of the Integrated System Evaluation, Experimentation & Test (ISEET) Department (AIR-5.1) of the Naval Air Systems Command (NAVAIR). This requirement is a follow-on procurement to task order N00178-04-D-4080-M803 currently being performed by ManTech Systems Engineering Corporation. The existing task order is a Cost Plus Fixed Fee (CPFF) Term type. This task order is currently due to expire 26 March 2015; however, the Government will likely extend this contract to prevent a gap in service. ELIGIBILITY The Product Service Code (PSC) for this effort is R425; the applicable NAICS is 541330 Engineering Services with a Small Business Size standard of $38.5 Million. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. 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 in are encouraged to respond. PROGRAM BACKGROUND The Air Vehicle Test & Evaluation Division (AIR-5.1.6) is responsible for test of air vehicles (manned or unmanned), as well as those systems related to and associated with the air vehicle, for example landing systems, weapon systems, in-flight refueling systems, etc. 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 26 March 2016. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) contract or Seaport-e Task Order with Cost-Plus-Fixed-Fee (CPFF) Term (LOE) CLINs. The total LOE is estimated at 800,840 man-hours (based on 1,920 hours per year) with up to 31,585 overtime man-hours over a period of five years. These services shall be performed on-site (90%) at Naval Air Station Patuxent River, MD and off-site at the contractor's facility (10%). REQUIREMENTS A Draft SOW (including projected labor categories & personnel qualifications) and Draft projected Level of Effort are attached for review. Please note these documents are subject to change. Feedback from industry is being sought on the SOW, and suggestions/recommendations on CLIN structure for the basic contract award. If your company has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in your response. 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 your company is a joint venture, please note that Seaport-e does not permit Joint Ventures. As can be seen from the most recent rolling admissions RFP, N00178-14-R-4000, under "Additional Instructions to Offerors" in Section L, paragraph 3.11 states that "proposals submitted by Joint Ventures will not be considered for award." Because Joint Ventures are not permitted for award of basic contracts within Seaport-e, please instead specify that you are a joint venture in your capability statement and state that your preferred contracting method is outside Seaport-e. Joint ventures should also be aware that 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 SOW. This documentation must address, at a minimum, the following: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can or has your company managed a task of this nature? If so, please provide details. 3. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. 4. What specific technical skills does your company possess which ensures capability to perform the tasks? 5. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. 7. 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), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 8. Include in your response your preferred contracting method (within or outside of Seaport-e) Your response to this Sources Sought, including any capabilities statement, shall be sent by mail to AIR-2.5.1 Contracts, Kurt Dronenburg, Code 2.5.1.12.10, Building 441, 21983 Bundy Road, Patuxent River MD 20670. Please also submit your response electronically in either Microsoft Word or Portable Document Format (PDF), to the following POC's: 1. Contract Specialist, Kurt Dronenburg, via email at kurt.dronenburg@navy.mil. 2. Contracting Officer, Donna Voithoffer, via email at donna.voithoffer@navy.mil. 3. Procuring Contracting Officer, Daniel Chambers, via email at daniel.chambers@navy.mil 12/31: ***CLARIFICATION: PLEASE SUBMIT BOTH A PAPER COPY AND AN EMAIL TO THE ADDRESSES ABOVE*** Submissions must be received at the office cited no later than 1400 EST, 23 January 2015. 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. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0029/listing.html)
 
Place of Performance
Address: Patuxent River NAS, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03607443-W 20150102/141231234158-8629d00fabfae68c0367527dc3571d17 (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.