SOURCES SOUGHT
R -- NAVAIR Lakehurst ALRE Programs Logistics Services - Attachment 1
- Notice Date
- 7/15/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-15-RFI-0228
- Archive Date
- 8/14/2015
- Point of Contact
- Katelyn O'Connor, Phone: 7323235373
- E-Mail Address
-
katelyn.oconnor@navy.mil
(katelyn.oconnor@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 Questionnaire Introduction and Overview THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Systems Command (NAVAIR) is requesting information pertaining to Aircraft Launch & Recovery Equipment (ALRE) logistics services. The Naval Air Warfare Center Aircraft Division (NAWCAD) at Joint Base McGuire-Dix-Lakehurst (JBMDL), NJ is releasing the below draft top level Statement of Work (SOW) as part of a Request for Information (RFI) to identify interested parties, and solicit comments to improve the quality and clarity of the requirements for the Aircraft Launch & Recovery Equipment (ALRE) Programs Logistics Services requirement. The Government's intent is to eventually release a five (5) year (12 month base period with four (4) twelve month option periods Request For Proposal (RFP). The NAWCAD is searching the market to find what services are available to provide comprehensive integrated logistics support services for ALRE commodities. NAWCAD requires support services to the Navy for International Logistics Support (ILS) planning and management initiatives, supportability analyses, technical data, maintenance planning, manpower/personnel/training and supply support for performance of maintenance tasks and Organizational, Intermediate, and Depot activities. The purpose of this RFI is to gather information to assist the NAWCAD in formulating its requirements, and identify qualified Offeror's who are able to meet those requirements. The following labor categories, estimated hours per year, and qualifications are required for this effort. Labor Category: Program Manager Est. Hours Per Year: 530 Qualifications: Bachelor's degree from an accredited college or university and total of fifteen years' experience with DoD Aircraft Launch and Recovery Equipment Acquisition Logistics Labor Category: Senior Acq. Logistics Manager Est Hours Per Year: 11,255 Qualifications: Bachelor's degree from an accredited college or university and a total of ten years' experience with DoD Aircraft Launch and Recovery Equipment Acquisition Logistics Labor Category: Acq. Logistics Manager Est Hours Per Year: 13,410 Qualifications: Bachelor's degree from an accredited college or university and a total of six years' experience with DoD Aircraft Launch and Recovery Equipment Acquisition Logistics Labor Category:Senior Logistics Analyst Est Hours Per Year: 3,040 Qualifications: Bachelor's degree from an accredited college or university and a total of six years' experience with Navy Aircraft Launch and Recovery Equipment (ALRE). Labor Category: Logistics Analyst Est Hours Per Year: 4,375 Qualifications: Bachelor's degree from an accredited college or university and a total of five years' experience with Navy Aircraft Launch and Recovery Equipment. Labor Category:Logistics Technician Est Hours Per Year: 6,650 Qualifications: High School Diploma or equivalent and a total of four years' experience with DoD Aircraft Launch and Recovery Equipment Acquisition Logistics. Labor Category: Typist Clerk Est Hours Per Year: 4,250 Qualifications: High School Diploma or equivalent and a total of three years of applicable experience Total Hours Per Year: 43,510 Total Hours Over 5 Year Period: 217,550 All personnel must be United States citizens and will require at a minimum a Secret clearance. The scope of the below draft Performance Work Statement (PWS) is to provide comprehensive integrated logistics support services for the following ALRE commodities: Catapult Systems, Deck Gear Accessories, the Integrated Catapult Control Station, Jet Blast Deflectors, Shipboard/Shorebased Recovery Systems, the Arresting Gear Redesigned Cross Check Systems, the Aviation Data Management and Control System, the Magazine Arrangement Planning Aid - Computerized, all Expeditionary Airfield Subsystems, the Recovery Assist Securing and Traversing System, the Flight Deck Status Signaling System, the Horizon Reference Set, and all Aircraft Carrier/Air Capable Ship/Amphibious Assault Ship Visual Landing Aid Systems, Flight Deck Status Signaling System, Horizon Reference Set, Terminal Guidance Systems, Aviation Surveillance Systems and Wind Measuring and Indicating Systems. Additional support may be required for the Integrated Support Environment, deck plate, and supply and maintenance cost analysis data metrics. This order will provide for support services to the Navy concerning ILS planning and management initiatives, supportability analyses, technical data, maintenance planning, manpower/personnel/training (MPT) and supply support required to ensure adequate support for performance of maintenance tasks and support at the Organizational, Intermediate, and Depot maintenance activities. Contractor Support Services include but are not limited to: •Define ALRE requirements and associated support strategies for new and modified weapon systems, and will support logistics managers (LM) in the preparation of input to acquisition schedules •Perform cost benefit analyses, supportability analyses, and logistics impact assessments on new and modified and pre-planned improvements, ECPs, Technical Directives, Provisioning Technical Documentation/Design Change Notices, SM&R Code Changes, and other documentation detailing recommendations for correction of performance and logistics deficiencies. •Develop and/or review Maintenance Plans (MP) and associated Logistics Management Information/Logistics Support Analysis (LMI/LSA) records including SLIC 2B and ICAPs formats, maintenance tasks, level of repair analysis, provisioning documentation, and other logistics information for completeness, correctness and effectiveness in integrating logistics support elements integration approaches. •Perform a Level of Repair Analysis (LORA) using the U.S. Army's Computerized Optimization Model for Predicting and Analyzing Support Structures (COMPASS) tool. •Perform DMSMS analyses on equipment in order to develop and analyze alternative solutions for antic pated support difficulties, including obsolescence. •Perform Reliability Centered Maintenance (RCM) using MIL-P-24534 for system items determined to be functionally significant. The assigned Indentured Product Code (IPC)/Logistic Supportability Analysis Control Number (LCN) shall be used as the Ship Work Authorization Boundary (SWAB). •Review and asses proposed changes in component reliability, maintainability, obsolescence, or performance characteristics, and develop or provide recommended changes to ILS planning documents such as Support Material Lists, Gross Requirements Lists, and Provisioning Technical Documentation (PTD) •Analyze in-service reliability, maintainability, and availability characteristics, project availability, identify Fleet readiness problems and supply support deficiencies. •Analyze MPT effectiveness to determine interim and follow on training requirements, recommended method of training, manpower and personnel impacts, rate/Navy Enlisted Code (NED) changes or recommendations, increase/decrease of manning, and other MPT information. Response Topics Topic 1: In addition to receiving comments on the draft PWS, the Government is interested in obtaining information from industry concerning capabilities to meet the requirements of the PWS. Specifically, the Government requests that respondents complete the questionnaire, based upon the requirements communicated in the PWS. This RFI is for market research and is not part of any down selection process. Topic 2: The Government anticipates that this will be released under the North American Industry Classification System (NAICS) 541330 Engineering Services. Under this classification, a small business participant is identified as a business having less than $15.0M in annual revenues, with the exception of Military and Aerospace Equipment and Military Weapons, Contracts and Subcontracts for Engineering Services and Marine Engineering and Naval Architecture which is $38.5M in annual revenues.. This requirement will require a minimum of a Secret facilities clearance. The Government welcomes responses from industry, to include small business as well as large business. If your company is considered a large business, provide your subcontracting strategy as to how you would best incorporate small business, small disadvantaged business, woman-owned small business, HUB Zone small business, veteran owned small business, and service disabled veteran owned small business, in the overall performance of this effort. Topic 3: The Government has structured standard-based task areas to ensure that the current and future requirements are met over the term of the order. These requirements, however, need to be tightly integrated. The Government wants to avoid any stove-piped responses. The Government is in favor of an integrated team to provide boundary less support within the scope of the order, with only exceptions for some elements of network defense and security which need to be offset to ensure the integrity of those processes. Coincidentally, the Government wants a structured approach, with best of breed, standards based, repeatable processes and a strong program management office. Please comment on how the PWS could be improved to reinforce these desires. Topic 4: Please include comments specifically focused on perceived ambiguities in the PWS, e.g. requirements that are incomplete, unclear, or in conflict, consequently making it difficult to estimate the work required. RFI Response Instructions Complete the questionnaire, Attachment 1, of this RFI to provide the requested information. Any questions should be submitted to Katelyn O'Connor via email, katelyn.oconnor@navy.mil Responses to the RFI should be submitted electronically to katelyn.oconnor@navy.mil Responses shall be limited to the below topics and are bound by sectional page limits. 1) Discuss your interest in this requirement and corporate capabilities to satisfy all elements of this requirement, in terms of anticipated size and complexity. (no more than 3 pages) 2) If you are a small business, discuss the suitability of this requirement for a small business set-aside. (no more than 1 page) 3) Provide recommendations for the full SOW which will appear in an RFP, to have the benefits of standards-based, structured services without encouraging stove-piped solutions from industry. (no more than 2 pages) 4) Provide recommendations for the full SOW which will appear in an RFP, to incorporate performance based approaches for contract execution. (no more than 2 pages) A page is defined as a single sided 8.5" by 11" page using 1 inch margins from each edge. Response must be in font size 12, Times New Roman. Inclusion of the questionnaire, Attachment 1, is in addition to the above mentioned page count. The information shall be submitted as UNCLASSIFIED. Do not submit any documents (letters, corporate statements or marketing information) other than the completed Questionnaire and the (up to 8 page max) responses on the draft top level SOW. The Government may elect not to discuss submissions received in response to this RFI with individual responders. There is no requirement to respond to the RFI in order to be eligible to propose on the planned RFP. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing services similar to those described in this draft top level SOW. DISCLAIMER The Government does not intend to award a Contract or Task Order on the basis of this RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. NO FORMAL SOLICITATION EXISTS AT THIS TIME
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-15-RFI-0228/listing.html)
- Record
- SN03798729-W 20150717/150716000343-16d41cff2660281db3cc9c6fdc623bb5 (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 |