SOURCES SOUGHT
A -- Aircrew Scheduling and Ground Support - Draft SOW
- Notice Date
- 7/11/2017
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- 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
- N00421-17-R-0066
- Archive Date
- 8/10/2017
- Point of Contact
- Melody Ann Baron, Phone: 3017578979
- E-Mail Address
-
melody.baron@navy.mil
(melody.baron@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW PROPOSED SOURCES SOUGHT SYNOPSIS 5.1 - AIRCREW SERVICES REQUIREMENT SOURCES SOUGHT SYNOPSIS. The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, Naval Test Wing Atlantic (NTWL) and Naval Test Wing Pacific (NTWP) of the Naval Air Systems Command (NAVAIR), has a requirement to provide aircrew services, engineering, technical services, independent analysis, and technical support related to air vehicles. This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses) to provide the required products and/or services. Based on a review of industry response, the Government will decide on the appropriate competition approach. An award is anticipated no later than 9 June 2018. The period of performance will be for a base year plus four one-year options, for a total of five years of performance from date of award. A performance based statement of work will be used. The NAICS code is 488190 with a size standard of $32.5 million. The Product Service Code is AC15. The resultant contract will be on a cost type basis; therefore the successful awardee will be required to have a adequate accounting system upon contract award. The effort is currently being performed by Jahn Corporation, under CPFF contract N00421-13-C-0024 with an anticipated expiration date of 30 September 2018 Required tasking for this effort may include, but is not necessarily limited to, the following mission areas: Flight Scheduling to include compiling monthly, weekly, and daily flight schedules, coordinating aircraft schedules, providing scheduling support to coordinate aircraft availability to facilitate maintenance, modifications, and equipment installation/removal. Naval Test Wing Atlantic (NTWL), an echelon four command of the Naval Air Systems Command (NAVAIR), is a responsible cognizant authority for active test and evaluation (T&E) and participation in all phases of the weapon system life cycle process for fixed, rotary wing, unmanned aerial and lighter-than-air vehicles. NTWL executes flight management of these activities and air vehicles through authority delegated to subordinate Air Test and Evaluation Squadrons (VX/HX). These units are designated VX-20, HX-21, VX-23, USNTPS and the Carrier Vehicle Suitability competency (AIR-5.1.6) or others when assigned for command and control by NTWL. The test articles are provided to NWTL and its squadrons through several methods. The primary source of assignment is by a major program office for the development, procurement and sustainment of Navy, Marine or Joint Force use systems. The scope and complexity of these test articles are not limited to full scale air vehicle systems. NTWL provides full system spectrum test capability from complete aircraft down to sub-system components, expendable weapon, sensor, and deception articles and flight worthy software designed to operate and configure the system and its components. A DD254, Contract Security Classification Specification, shall be applicable to this requirement. The current level of classification has been identified as a Secret facility and NONE for safeguarding. Location of performance will be approximately 90% at Patuxent River, Maryland, 5% Other CONUS Locations and 5% at the contractor facility. Interested small businesses are requested to submit a brief capabilities statement package (no more than 15 pages in length, single-spaced, 12-point font minimum) demonstrating their ability to perform the above services. This document shall contain, as a minimum: 1-Prior/current experience in performing efforts of similar size/scope within the last five years, including the contract number, organization supported, indication of whether a prime or subcontractor, contract value, point of contact and current telephone number, and a brief description of how the contract referenced relates to the services described herein. 2-Company profile to include number of employees, annual revenue history, office location(s), DUNS number, CAGE Code, and a statement regarding current small business status. 3-Management approach to staffing this effort with qualified personnel that should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel. 4-Provide a statement regarding capability to obtain the required industrial security clearance. The capability statement package shall be sent by mail to the following address: Department of the Navy, Aircraft Support Contracts Department, Attention Code 2.5.1.7.5 (Ms. Melody Baron) Building 441, Naval Air Warfare Center Aircraft Division, 21983 Bundy Road, Patuxent River, Maryland 20670-1127. Electronic mail (e-mail) submissions may be used, size permitting, and should be sent to melody.baron@navy.mil. Submissions must be received at the office cited no later than 4:00 p.m. Eastern time on 26 July 2017. Questions or comments regarding this notice may be addressed to Melody Baron at (301) 757-8979. 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/N00421/N00421-17-R-0066/listing.html)
- Place of Performance
- Address: Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04575161-W 20170713/170711235610-5cee84791ea722e3a459123b28e5caab (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 |