Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOURCES SOUGHT

J -- Notice of Intent to Re-compete FTSS III SubCMS Requirement Task Order

Notice Date
1/7/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134016R1122
 
Response Due
2/4/2016
 
Archive Date
2/19/2016
 
Point of Contact
H. David Carter
 
Small Business Set-Aside
N/A
 
Description
The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking potential sources with the ability to provide Submarine Contractor Maintenance Services (SubCMS) to support the maintenance of submarine trainers serving the Fleet and the Submarine Learning Center (SLC) in support of the Naval Air Warfare Center Training Systems Division Orlando (NAWCTSD) mission. It is anticipated that a Cost Plus Fixed-Fee (CPFF) Indefinite Delivery/Indefinite Quantity contract will be awarded. The period of performance (PoP) of this contract is 57 months, inclusive of one (1) base year, three (3) 12-month options, one (1) 6-month option and one (1) 3-month option. Start of contractor performance will be 1 February 2017, inclusive of a 60-day mobilization period. The CMS and material support shall be provided at the following shore-based training facilities: -Naval Submarine School (NAVSUBSCOL) Groton, Connecticut; -Submarine Training Facility (SUBTRAFAC) Norfolk, Virginia (Includes Center for Naval Engineering (CNE), and may include Damneck, Virginia); -Trident Training Facility (TRITRAFAC) Kings Bay, Georgia; -Trident Training Facility (TRITRAFAC) Bangor, Washington (Includes Bremerton and may include Whidbey Island); -Submarine Learning Center (SUBLRNCTR) Det. San Diego, California (Includes North Island); and -Naval Submarine Training Center Pacific (NSTCP) Pearl Harbor, Hawaii (Includes Ford Island). Support shall include material support for the training systems, equipment, trainer specific facilities and Trainer Support Gear (TSG). The contractor shall provide all required services including labor, supervision, materials, consumables, equipment, tools and test equipment, and transportation necessary to maintain the training systems, equipment, facilities and TSG in a Fully Operational Condition (FOC) for CMS support. The scope of work includes all Preventative Maintenance (PM) and Corrective Maintenance (CM) to maintain all training systems and equipment, to include Trainer Unique Equipment (TUE), Original Equipment Manufacturer (OEM), Technical Training Equipment (TTE), tactical equipment, Commercial-Off-The-Shelf (COTS) equipment; and consumables. Contractor responsibilities include recurring work such as, but not limited to, corrosion removal and painting, touch-up painting and lettering, sign replacement, repairs and physical protection (safety chains, access ladders, railings, etc.) of the training systems and equipment including Facility Operations and Maintenance (FOM) for the Submarine Damage Control Trainer (SDCT), Fire Fighter Trainer (FFT), and Submarine Escape Trainer (SET). The various services shall include support for all current and future identified training systems (identified in the Performance Work Statement (PWS) Appendices) including required associated system administration, network administration, systems diagnostics and troubleshooting, support for In-Service Engineer (ISEO) systems engineering, configuration management, electronics maintenance, electromechanical maintenance, computer systems maintenance, software maintenance, logistics and documentation and supply support. Based on a preliminary risk assessment conducted by NAWCTSD, this task is expected to be competed under the unrestricted LOT of FTSS III. The risk assessment took into account the complexity of managing this dynamic training requirement to include sites extending up and down both East and West Coasts of the contiguous United States and in the Hawaiian Island chain with a range of training devices. Location of the training sites, variety and varying complexity of the training devices and flexibility to respond to training demand variations and unforeseen impediments are characteristics of the requirement to which the contractor must be able to demonstrate the capability and resources needed to be successful. During the acquisition planning stage for FTSS III, it was determined that small businesses were not suitable for contracts that had the stated complexity components. Businesses potentially willing to submit a proposal are invited to provide a capabilities statement which contains, at a minimum, business size and the Lot(s) that they have been awarded contracts under the Fielded Training Support Systems (FTSS III) Multiple Award Contract (MAC). NAWCTSD requests any small businesses with a compelling argument as to why their firm should be eligible to propose to this task, submit a capabilities statement inclusive of the following: (1) justification that shows how the inherent risks associated with this requirement can be mitigated to include demonstration of successful Past Performance in a similarly complex environment; (2) contracts with a minimum of two each supported sites on the East, West coast and one in a non-contiguous location (Alaska or Hawaii) simultaneously, (3) dollar values and site locations; and (4) Point of Contact (POC) for each site to include name, address, phone, email. Summaries should be no longer than five (5) pages in length. Information should be sent via e-mail to Harrison.carter@navy.mil, Responses are requested by 12 February 2016. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any services, nor for the Government to pay for the information received. No request for proposal solicitation document exists at this time. Questions concerning this requirement should be directed to the Contract Specialist, H. David Carter, via email harrison.carter@navy.mil or by telephone at (407)380-4350.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016R1122/listing.html)
 
Record
SN03985421-W 20160109/160107234541-55e3cf12dd2508944fd4efd4f6ae29eb (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.