MODIFICATION
R -- WARFARE ANALYSIS, ENGINEERING & TECHNICAL SERVICES
- Notice Date
- 1/2/2015
- 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-0014
- Archive Date
- 1/28/2015
- Point of Contact
- Bruce Stouffer, Phone: 301-737-2849
- E-Mail Address
-
bruce.stouffer@navy.mil
(bruce.stouffer@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A NOTIFICATION THAT THE SOURCES SOUGHT FOR N00421-15-R-0014 IS EXTENDED TO JANUARY 13, 2015 at 2:00 PM EST. AND THE INTERESTED BUSINESSES POC HAS CHNAGED FROM MS. VICTORIA CORDIAL TO MS. MICHELLE E. JOHNSON. NOTE CHANGES TO THIS SOURCES SOUGHT IS BOLDED. INTRODUCTION The Naval Air Warfare Center, Aircraft Division, Mission Engineering & Analysis Department Warfare Analysis and Integration Department (AIR-4.0M), Patuxent River, Maryland is seeking information for potential sources regarding industry service support for warfare analysis, engineering and technical services for Naval and Joint warfighting capability assessments and Modeling and Simulation (M&S) to supplement and enhance AIR-4.0M government and military warfighting analytic efforts that are conducted in support of Program Executive Offices (PEOs), the Naval Aviation Enterprise (NAE), and the Office of the Chief of Naval Operations (OPNAV).The results of 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 and it will be used for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time. This requirement was previously satisfied via competitively awarded Indefinite Delivery Indefinite Quantity (IDIQ) Cost Plus Fixed Fee (CPFF), Firm Fixed Price (FFP) CLINs, Cost CLINs contract N00421-13-D-0002. The incumbent contractor is Man Tech, Inc. Additional information requests in regards to contract N00421-13-D-0002 can be made to the NAVAIR Freedom of Information Act (FOIA) website at http://foia.navair.navy.mil. PLACE OF PERFORMANCE Location: % On-Site Government % Off-Site Contractor Patuxent River, MD 40% 45.5% Arlington, VA 1.5% 1.0% China Lake, CA 10% 2.0% 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. REQUIRED CAPABILITIES This requirement is a follow-on procurement. A draft Performance Based Statement of Work (PBSOW) is attached for review. The government anticipates a period of performance of 5 years. The contract type is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Cost Reimbursable CLINs. The Government anticipates a contract award for these services to occur in the first quarter of FY16. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification will apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Top Secret" Facility Clearance and "Top Secret" Safeguarding capability. ELIGIBILITY The North American Industry Classification System (NAICS) Code utilized for this acquisition is 541330 with a Small Business Size of $35 Million. The Product Service Code (PSC) is R425. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CABILITIES STATEMENT) Interested businesses shall submit responses electronically to the Contract Specialist, Ms. Michelle E. Johnson, in Microsoft Word or Portable Document Format (PDF) at michelle.e.johnson@navy.mil no later than 2:00 PM Eastern Standard Time on Tuesday, January 13, 2014. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source 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. Attached to this notice is a draft Performance Work Statement (PBSOW) for potential offerors to review and provide comments to the Government as part of the Sources Sought response. Interested parties are requested to submit a capabilities statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in draft PBSOW. Capability statements shall also address the following questions: 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 your company or has your company managed a team of subcontractors before? 4. What specific technical skills does your company possess which ensure capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the tasking identified in the SOW. If the company finds itself not capable of performing all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. 5. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business's General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(1)(i) and HUBZone Small Businesses (FAR 52.219-3(d)(1). Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number and CAGE code. 7. Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 8. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9. Based on review of the Draft SOW, does your company believe any of the SOW tasking could be split into a separate award? Why or why not? Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Please submit all questions related to this Sources Sought announcement to the below point of contact. Point of Contact: Bruce Stouffer, Procuring Contracting Officer Bruce.Stouffer@navy.mil Phone: (301) 737-2849 Contracting Office Address: Department of the Navy Naval Air Systems Command/Naval Air Station 22299 Exploration IV, Suite 301 Lexington Park, MD 20653-2055 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0014/listing.html)
- Record
- SN03607813-W 20150104/150102233555-55abf1c2029fba7f21af9cbdf14e20bd (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 |