Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2016 FBO #5187
MODIFICATION

R -- Integration Material Management - Draft SOW

Notice Date
2/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-16-R-0054
 
Archive Date
3/4/2016
 
Point of Contact
Jon D. Large, Phone: 3017575919
 
E-Mail Address
jon.d.large@navy.mil
(jon.d.large@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Integration Material Management draft SOW 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 CONTRACTAS 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." INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) AIR 2.5.1.3, Patuxent River, MD announces its intention to procure the services necessary to provide Integration Material Management Support to the NAWCAD Special Communications Mission Solutions (SCMS) Division, AIR-4.11.4. The contractor shall provide expert support management services to perform and apply a supply chain management approach to all centralized SCMS Division supply support and material handling functions. The contractor shall provide centralized management and physical warehouse space and related services for complete asset management, storage, as-needed acquisition support, receipt, issuance and delivery, and final disposal services, to include database management of all material and equipment in custody. The services are currently being performed by CACI-ISS, INC. of Chantilly, VA under N00421-15-C-0021. The existing contract is Cost Plus Fixed Fee. The contract is due to expire 10 October 2017. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The Product Service Code (PSC) for this requirement is R706 - Logistic Support Services; the North American Industry Classification System (NAICS) code is 541330 Engineering Services with a size standard of $38.5 million. All interested small businesses are encouraged to respond with a capabilities statement. PROGRAM BACKGROUND NAWCAD SCMS Division at St. Inigoes is engaged in the design, development, integration, test and evaluation, installation, fielding, certification, maintenance, life-cycle and logistics support of Communications and Electronic (C-E) systems and subsystems. These systems are provided to users within the Navy, Army, Air Force, Joint Special Operations Forces (SOF), and other DoD or Government agencies in order to fulfill urgent or emerging mission requirements. SCMS Division has a requirement to procure centralized supply support services including the augmentation of all existing logistics, storage and asset management practices. Due to SCMS Division's operational tempo and expanding responsibilities, centralization of material management is key to eliminate inefficiencies and redundancies. SCMS Division provides procurement, storage, delivery, asset-management, life-cycle sustainment and a full range of other logistics services for supporting approximately 75 SCMS Division projects. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a 5 year ordering period. The anticipated start date is 30 October 2017. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Single Award Indefinite Delivery Indefinite Quantity with Cost Reimbursement and Cost Plus Fixed Fee, the task orders have an estimated total Level of Effort of approximately 384,000 man-hours over a period of five years. These services shall be performed on-site 71% at Naval Air Station Patuxent River, MD and off-site 29% at the contractor's facilities - located within 30 miles of Fort Bragg, NC. REQUIREMENTS See Attachment 1, Draft Statement of Work (SOW) The contractor shall provide a warehouse facility to perform a portion of the SCMS Division requirements of this contract. Facilities shall be pre-approved by SCMS Division as a government off-site logistics facility and must be located in Fayetteville NC. Facilities can be new or existing buildings but must meet current North Carolina state and federal commercial building codes. The facility location shall satisfy the daily technical and management operations of the contract. The contractor shall provide, for both on-site and off-site requirements, all equipment and office/facility furnishings to support Statement of Work requirements. The Government requires the contractor to provide commercial facilities, under the contractor's direct control, within 30 driving miles of Fort Bragg, NC, offering a combined minimum of 50,000 interior square feet of climate controlled office and storage/warehouse space. The Government, however, does not intend to retain the facility or take control of the title after the contract is completed. Due to the hands-on effort, the facility shall contain assembly, vehicular access, test and storage space, as well as attendant office space for the support staff. The facility must be located within 30 driving miles of Fort Bragg, NC to facilitate movement of equipment and coordination with supported commands and Fayetteville, NC Field Technical Units. The contractor shall be responsible for coordinating delivery of Government provided equipment, i.e.; integration materials and special purpose equipment, from the Government location to the designated contractor site. SUBMITTAL INFORMATION It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 3.1.1 through 3.1.6 of the draft SOW Technical Requirements. If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the PBSOW/SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), HUB Zone or Service Disabled Veteran-Owned Small Business Concern. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The capability statement package shall be sent by email to jon.d.large@navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on Thrusday 18 February 2016. Questions or comments regarding this notice may be addressed to Jon Large via email at jon.large@navy.mil. 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 e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-16-R-0054/listing.html)
 
Place of Performance
Address: St. Inigoes, MD, St. Inigoes, Maryland, United States
 
Record
SN04008510-W 20160205/160203234230-f9df4cba10eee9342fa6d6175b230e3c (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.