Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2016 FBO #5216
SOURCES SOUGHT

R -- Naval Aviation Enterprise Support - Statement of Work/Personnel Availability Table

Notice Date
3/3/2016
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
2518ADM604
 
Archive Date
4/1/2016
 
Point of Contact
Merissa Anne Abell, Phone: 3017574108, Janiece Shall, Phone: 301-757-3686
 
E-Mail Address
merissa.abell@navy.mil, janiece.shall@navy.mil
(merissa.abell@navy.mil, janiece.shall@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: Personnel Availability Table Attachment 1: Statement of Work for Naval Aviation Enterprise INTRODUCTION This is a request for information (RFI) / SOURCES SOUGHT for the Naval Aviation Enterprise (NAE). This requirement is to provide support to the Naval Aviation Enterprise (NAE) for readiness and metrics development and analysis. The Statement of Work (SOW) and personnel qualifications are attached to this announcement. If, after reviewing these attached documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Interested small businesses that are qualified as a small business concern under the NAICS 541611, within a size standard of $15 Million, are encouraged to submit their capability packages and should identify their company's small business size standard based on that code. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses must demonstrate the ability to perform at least 50% of the cost of contract performance as the prime contractor in accordance with FAR 52.219-14 Limitations on Subcontracting. 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. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. Please be advised that all submissions become Government property and will not be returned. All personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Requested Information: Interested vendors shall provide capability statements that demonstrate the ability to perform the services outlined in the NAE SOW (Attachment 1). Capability statements shall be no more than 12 pages in length, Times New Roman 12 point font minimum (excluding the Personnel Availability Tables). Capability statements shall address, at a minimum, the following: (1) Company profile to include: company name, company address, points-of-contact information including name, phone number, fax number and e-mail address, number of employees, annual revenue history, office location, CAGE code, DUNS number, and current business size status under associated NAICS 541611; (2) Prior/current DoD corporate experience performing efforts of similar size and scope within the last three 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 the specific task areas in the referenced contract as it relates to the services described in the NAE PWS (Attachment 1). (3) Describe experience and capabilities in regards to your company's ability to manage DoD tasks of this nature and size. In your response, provide details of your management plan for ensuring the resultant contract would be staffed with qualified personnel. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. In addition, the Personnel Availability Tables (Attachment 2) should be completed to demonstrate the ability to staff this effort. Responses: Firms who wish to respond to this should send responses via email NLT 17 March 2016. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. Interested vendors should forward their capabilities and other information to be considered to merissa.abell@navy.mil and janiece.shall@navy.mil. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/2518ADM604/listing.html)
 
Record
SN04038471-W 20160305/160303235353-caaabd5de9812460b3fc150625be4485 (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.