Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2016 FBO #5161
SOURCES SOUGHT

58 -- Cellular and Wi-Fi IT Devices - Statement of Work

Notice Date
1/8/2016
 
Notice Type
Sources Sought
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
16-0052
 
Archive Date
1/23/2016
 
Point of Contact
Merissa Anne Abell,
 
E-Mail Address
merissa.abell@navy.mil
(merissa.abell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work to support AIR-7.2.4 Information Technology/Information Management Sources Sought INTRODUCTION AIR-7.2.4 Information Technology/Information Management The Patuxent River MD Naval Air Warfare Center Aircraft Division (NAWCAD) IT Department is seeking information for potential sources for the procurement of commercial cellular and Wi-Fi IT devices. The tasking is to provide t he Naval Air Systems Command (NAVAIR) cellular and Wi-Fi IT devices (e.g. mobile tablets and notebooks) portable in nature, to include associated peripherals and accessories, software licensing, and applicable configuration. Additionally, this Sources Sought notice is being published with the intent to promote competition. Suggestions from industry regarding how competition may best be achieved are requested. All such suggestions will be considered; however, the Government reserves the right to solicit for the required services in a manner of its own choosing in accordance with the applicable procurement regulations. ANTICIPATED DELIVERY The core site of this contract vehicle is at Naval Air Systems Command (NAVAIR), Patuxent River MD. Shipment of materials purchased through this contract vehicle will include delivery points to all Department of Navy (DON) territories within the Continental United States (CONUS). PROGRAM BACKGROUND The Patuxent River MD Naval Air Warfare Center Aircraft Division (NAWCAD) IT Department has a requirement to facilitate the implementation of the NAVAIR mobile device initiatives (including but not limited to the Electronic Knee Board (EKB) initiative, flight logistics, aircraft maintenance, etc.). Devices may be deployed as full service combat operational units to flight line forces abroad; as operational support maintenance assets, or in other as yet foreseen capacities. Mobile devices will be shipped out of the box ready for command operation. Devices will be deployed as Wi-Fi + cellular enabled to include the Global Positioning System (GPS) capability enabled. It is noted that, while the devices shall be cellular enabled, no cellular services will be purchased on this contract vehicle. It is estimated that approximately 60,000 devices will purchased in each year of this contract. REQUIRED CAPABILITIES Refer to the attached DRAFT Statement of Work (SOW). The Contract Type is anticipated to be a Firm-Fixed Price (FFP) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) vehicle. The anticipated ordering period for the IDIQ vehicle is five years, with performance beginning approximately 29 November 2016. The anticipated RFP release date is March 2016. In addition to the above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' 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). The attached draft statement of work provides additional information about the required tasking. It is requested that, in its response to the Sources Sought, a vendor identify whether it has the capability to perform under all of the tasking or only specific portions of it. For each task area indicated, parties should demonstrate their capability. ELIGIBILITY The applicable NAICS code for this requirement is 517210 with a current size standard of 1,500 employees. The Product Service Code (PSC) is 5895. SUBMISSION DETAILS The capability statement package should be emailed to Merissa Abell, merissa.abell@navy.mil. Submissions must be received no later than 2:00 PM Eastern Time on 22 January 2016. Interested businesses should submit a brief capabilities statement package (no more than Twenty five (25) 8.5x11 inch pages, font no smaller than 10-point) demonstrating ability to provide the services listed in this Technical Description. Documentation should be in bullet format. This document must address, at a minimum, the following: (1) title of the SOW for which the capabilities statement is being submitted; (2) prior/current corporate experience performing efforts of similar size and scope within the last 3 years, including Contract Number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract related to the services described in the SOW; (3) company profile to include number of employees, annual revenue history, office location, DUNS number, CAGE code and a statement regarding current small business size status to include socio-economic status, if applicable ; (4) if you are a small business, provide an explanation of your ability to perform at least 50% of the overall effort in the attached SOW; and (5) company's ability to begin performance upon the anticipated contract award date, which is 29 November 2016. All responses must include the following information: Company Name; Company Address; Company Business Size, and Point of Contact (POC) name, phone number, fax number, and email address. As indicated in the "Introduction" paragraph, suggestions from industry regarding how competition (i.e., multiple offers in response to the solicitation) may best be achieved are also requested as part of a firm's response to this Sources Sought. Additionally, if there is a portion of the statement of work which could be considered as a possible separate opportunity for a small business set-aside, please include that information in the response. 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. No phone calls will be accepted. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/16-0052/listing.html)
 
Record
SN03986510-W 20160110/160109132529-b4cc949efbd96d2365655a75c13d38ff (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.