Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2017 FBO #5614
SOURCES SOUGHT

R -- Logistics Support Services for Industrial and Logistics Maintenance Planning and Sustainment - Sources Sought Attachment

Notice Date
4/5/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893617R0027
 
Archive Date
4/27/2018
 
Point of Contact
Juliann Richardson, Phone: 760-939-8290, Debra A. Zamarron, Phone: (760) 939-9658
 
E-Mail Address
juliann.richardson@navy.mil, debra.zamarron@navy.mil
(juliann.richardson@navy.mil, debra.zamarron@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the government as to ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The Naval Air Systems Command, Weapons Division (NAWCWD), China Lake, CA is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition for Logistics Support services for the industrial and logistics maintenance planning/sustainment department for Fleet Readiness Center South West FRCSW), San Diego, CA. The Industrial and Logistics Maintenance Planning/Sustainment Department (AIR-6.7) of the Naval Air Systems Command is a National Organization with Headquarters being located on-board the Naval Air Station at Patuxent River, MD and is responsible for providing acquisition logistics management integration across all logistics support elements. The acquisition of these services is required in order to ensure consistency in the procurement of logistics support services across all sites. National Sites include the Naval Air Warfare Center Aircraft Divisions at Patuxent River, MD, Lakehurst, NJ and Orlando, FL; the Naval Air Warfare Center Weapons Divisions located at China Lake, CA and Point Mugu, CA; the In-Services Support Centers located at Jacksonville, FL, Cherry Point, NC, and North Island, CA; and the Naval Air Technical Data and Engineering Command located at San Diego, CA. Collectively these sites provide the people, skills, knowledge, equipment, tools, facilities, and technical data to establish and maintain policies, processes, and procedures for an integrated Naval Aviation Logistics and Industrial support packages for all NAVAIR supported systems. The Contractor shall provide logistics and technical support services in the areas of planning, analysis, development, training, support equipment management, facilities and execution that includes, but is not limited to AIR-6.7 at Fleet Readiness Center Southwest San Diego, CA, Program Manager (PMA)-231, PMA-260, PMA-265, Commander Naval Air Forces (CNAF) and Joint Strike Fighter (JSF) Program. The Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations. Interested business firms who meet the capability requirements identified in this notice is requested to reply to this notice with a response. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any; will be set-aside for small business competition. Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, and information regarding your company's experience in performing CETS Services as the prime contractor in the last five (5) years identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: the submissions should be Times New Roman, font size 12 and should not exceed five (5) one-sided, 8" X 11" pages in Microsoft word or PDF format to the contact specialist via email to: juliann.richardson@navy.mil. Submissions must be received via email no later than 3:00 PM Pacific Standard Time on Thursday, 27 April 2017. Questions or comments regarding this notice shall be posted to the Contract Negotiator in writing and via EMAIL ONLY. No phone calls will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0261b8030d98fea926a8d9ea4b6dfbaf)
 
Record
SN04460488-W 20170407/170405234454-0261b8030d98fea926a8d9ea4b6dfbaf (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.