SOURCES SOUGHT
L -- Logistics Support Services - Sources Sought
- Notice Date
- 2/18/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 429 E. Bowen Rd - Stop 4015, China Lake, California, 93555-6100, United States
- ZIP Code
- 93555-6100
- Solicitation Number
- N6893615R0047
- Archive Date
- 4/6/2016
- Point of Contact
- Sarah N. Ferrucci, Phone: (760) 939-2378, Debra A. Zamarron, Phone: (760) 939-9658
- E-Mail Address
-
sarah.ferrucci@navy.mil, debra.zamarron@navy.mil
(sarah.ferrucci@navy.mil, debra.zamarron@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The Naval Air Systems Command, Weapons Division (NAWCWD), China Lake, CA, is conducting a market survey to determine the interest and capability of the Industry to participate for the acquisition of Logistics Support Services (LSS). The requirement will include Product Support Management (PSM), Supply Support, Packaging Handling, Storage,& Transportation (PHS&T), Maintenance Planning & Management, Design Interface, Sustaining Engineering, Technical Data &Configuration Control, Computer Resources, Facilities &Infrastructure, Support Equipment, Training & Training Support, and Administration and Project Oversight. PLACE OF PERFORMANCE Location Percentage On-Site at NAWCWD, China Lake, CA 20% NAS Fallon, NV OR Contractor's Site in Ridgecrest, CA 80% 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." PROGRAM BACKGROUND The mission of the Naval Air Warfare Center Weapons Division (NAWCWD) is to provide our Armed Forces with effective and affordable integrated warfare systems and life-cycle support to ensure battlespace dominance. The Logistics Management Department (6.6) and the Industrial and Logistics Maintenance Planning & Sustainment Department (6.7) at NAWCWD China Lake, CA performs acquisition logistics management and integration across the following logistics support elements: Product Support Management (PSM), Supply Support, Packaging, Handling, Storage, and Transportation (PHS&T), Maintenance Planning & Management, Design Interface, Sustaining Engineering, Technical Data and Configuration Control, Computer Resources, Facilities and Infrastructure, Support Equipment, Training & Training Support for Navy weapons, weapons systems and subsystems. These departments offer continuous logistics engineering services and support from concept refinement through disposal to ensure maintainability, readiness, supportability, and affordability. OBJECTIVE The objective is to collect information regarding potential sources capable of providing the requirements listed in the sources sought. In addition to searching the market for qualified vendors, the results of the sources sought may be utilized to determine if any Small Business Set-Aside opportunities exist per NAICS (North American Industry Classification System) 541330, small business standard of $38.5M revenues. All Small Business Set-Aside categories will be considered. The Government requests that all companies, both Large and Small, submit their business size by NAICS code. If your company is a Small Business, please specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small business (EDWOSB) to the Government's Contract Specialist, Sarah Ferrucci (contact information listed below). REQUIRED CAPABILITIES The contractor shall provide integrated warfare systems and life-cycle support in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). These requirements are continuous and ongoing and encompass the many weapons systems within the Naval Air Warfare Center Weapons Division (NAWCWD). These systems require acquisition logistics management and integration across the following logistics support elements: Product Support Management (PSM), Supply Support, Packaging, Handling, Storage, and Transportation (PHS&T), Maintenance Planning & Management, Design Interface, Sustaining Engineering, Technical Data and Configuration Control, Computer Resources, Facilities and Infrastructure, Support Equipment, Training & Training Support for Navy weapons, weapons systems and subsystems design, development of modification, testing, and certification. An experienced logistics workforce is mandatory in order to meet the aforementioned logistics support elements. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance. The contractor must demonstrate the following requirements: ISO-9000, Continuous Process Improvement (CPI) methodology in place with documented improvements and IT (Clinger-Cohen Act). The contractor must provide personnel with a valid state motor vehicle operator's license as proof that they have achieved the proficiency level that is required to safely operate government vehicles on military installations. SUBMISSION DETAILS All interested sources shall submit the following information in a capabilities statement package (not to exceed 5 written pages (single-sided 8.5-11 inch pages), in files readable by Adobe Reader 10 or Microsoft Word 2007, with no font small than 10 point) demonstrating ability to perform the specific requirements discussed above. This documentation must address, at a minimum, the following: 1. Company details including: Company Name, Cage Code, DUNS Number, company Address, Company Business Size, Technical and Management Points of Contact: names, phone numbers, and e-mail addresses. 2. Prior/Current corporate experience performing efforts of similar scope within the last 10years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government Point of Contact with current telephone number and e-mail address, a brief description of how the contract referenced relates to the services described herein. 3. Current strategy utilized for hiring that focuses on the acquisition of quality personnel coupled with a successful retention strategy. 4. A capability statement that addresses the ability to meet the requirements defined in the draft Performance Work Statement (PWS) (See Attachment 1). If submitting a capabilities statement package by e-mail (preferred method), the following restrictions apply: (1) Limit graphics; (2) The contents of the e-mail cannot exceed 5MB; (3) Use standard file extensions: doc, xls, pdf, zip, ppt; (4) The following attachments will not be received by recipients on the NMCI system:.avi,.bat,.cmd,.com,.dll,.eml,.exe,.pif,.scr,.shs,.vbs, and.vbe; (5) Send packages to : sarah.ferrucci@navy.mil If submitting capabilities statement package by mail and providing a computer disc: (1) Use CD-R disc; (2) Provide two discs; (3) Send to: commander Code 220000D, NAWCWD, Attn: Sarah Ferrucci, 429 E. Bowen Ave, MS 4015, China Lake, CA 93555-6108 Submittals are capabilities statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for procurement action. This announcement is for informational purposes only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893615R0047/listing.html)
- Place of Performance
- Address: China Lake, CA /NAS Fallon, NV / Contractor’s Site in Ridgecrest, CA, United States
- Record
- SN03644372-W 20150220/150218234358-bb7cd774e87339b7315281f77555e640 (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 |