Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2015 FBO #4850
DOCUMENT

R -- Industrial, Logistics Maintenance Planning/Sustainment competency seeks logistics/technical support in planning, analysis, development and execution for Naval aviation. - Attachment

Notice Date
3/4/2015
 
Notice Type
Attachment
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
Solicitation Number
N61340R15XXXX
 
Response Due
3/30/2015
 
Archive Date
12/31/2015
 
Point of Contact
Lead Contract Specialist
 
E-Mail Address
sa.eckles@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: N61340-15-X-XXXXX Notice Type: Sources Sought Synopsis: THIS IS NOT A REQUEST FOR PROPOSALS (RFP). This Sources Sought is for informational purposes only. Naval Air Warfare Center Training Systems Division (NAWCTSD) is seeking to identify Small Business sources that could potentially provide support, under Product/Supply Code (PSC) R706, to the Industrial and Logistics Maintenance Planning/Sustainment Competency (Code 6.7) of Naval Air Systems Command (NAVAIR). Responses to this Sources Sought will assist the Government in determining a procurement strategy. Potential strategies could range from a small-business set-aside to one of the socio-economic contracting programs in FAR Part 19. It is anticipated that this requirement will be solicited as a single-award, indefinite-delivery indefinite-quantity task order contract with an ordering period of 60 months. Responses to this notice should include a synopsis of the Contractors experience within the areas listed below. It is requested that respondents include its major products/services, primary customer base, number of employees, annual revenue history, office location, CAGE Code, and a statement regarding its current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 541330 (Small Business Size Standard $38.5 million). Responses are to be no more than five pages in length using 12 point Times New Roman font. This notice is being used for the purpose of determining market interest, availability and adequacy of potential Small Business sources prior to establishing the method of services acquisition and issuance of a RFP. Responses in any form are not offers. Issuance of this notice should not be construed as obligating the Government, in any way, to issue a solicitation or to award a contract in furtherance of the objectives discussed herein. No funds are available to pay for preparing responses to this notice. The Government reserves the right to review and use data at its own discretion. The support requires sources to provide professional services to conduct logistics and technical support tasks in the areas of planning, analysis, development and execution for the Navy ™s aviation fleet as described in the attached Statement of Work (SOW). Those tasks include: 1. Level of Repair Analysis 2. Design Interface/Maintenance Planning 3. Logistics Support Analysis Database and Reports 4. Environmental Logistics 5. Aviation/Ship Integration 6. Maintenance and Supply Integration 7. Supply Support 8. Facilities 9. Naval Aviation Maintenance Program 10. Maintenance Scheduling/Management 11. Supportability Test and Evaluation 12. Integrated Warfighter Support Community / Warfighter Response Center 13. Training/Training Support 14. Support Equipment (SE) 15. Reserved 16. Metrology and Calibration 17. Joint Underservice 18. CORE/Title 10 19. Industrial Business Ops 20. Diminishing Manufacturing Sources and Material Shortages (DMSMS The offerors will be required to maintain a highly skilled and knowledgeable professional workforce supporting each site throughout the five year period of performance. To assist in evaluating requirements the current contract number is N61340-11-D-1010 and the estimated hours for the coming five-year period are 881,010. Since the resultant contracts will be on a cost type basis the successful awardees will be required to have a Government approved accounting system upon contract award. The deadline for submission of information is 30-MAR-2015 at 1630 Eastern time. Questions concerning this notice should be submitted to Ms. Anadelsa Eckles and Mr. David Srinivasan with a copy to PCO Mr. Austin Brookshire at the email addresses cited above. Telephone requests for information WILL NOT be accepted. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61340R15XXXX/listing.html)
 
Document(s)
Attachment
 
File Name: N61340R15XXXX_SOW_AIR_6_7_Rev_11_03-MAR-2015.docx (https://www.neco.navy.mil/synopsis_file/N61340R15XXXX_SOW_AIR_6_7_Rev_11_03-MAR-2015.docx)
Link: https://www.neco.navy.mil/synopsis_file/N61340R15XXXX_SOW_AIR_6_7_Rev_11_03-MAR-2015.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: FLEET READINESS CENTER SOUTHEAST
Zip Code: , Jacksonville, fl
 
Record
SN03658543-W 20150306/150304235051-8a50ac7c7fb923311671730e46ad49c1 (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.