Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
DOCUMENT

J -- Firefighter Training Structures and Props (FTSP) Contractor Operation and Maintenance Services (COMS), Contractor Maintenance Services (CMS) and Contractor Instructional Services (CIS) Sources Sought - Attachment

Notice Date
7/20/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
Solicitation Number
N6134017R0058
 
Response Due
8/4/2017
 
Archive Date
8/30/2018
 
Point of Contact
Carly Galloway, Contract Specialist,(407)380-8255; carly.galloway@navy.mil
 
E-Mail Address
cEntegart,
 
Small Business Set-Aside
N/A
 
Description
Naval Air Warfare Center Training Systems Division Sources Sought Notice For Commander, Naval Installations Command (CNIC) Firefighter Training Structures and Props (FTSP) CIS/COMS The purpose of this Sources Sought Notice in to determine the interest, availability and capabilities of potential offerors to provide the required COMS/CIS services described herein, and to seek recommendations and input on potential acquisition strategies. INTRODUCTION : The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, seeks potential sources to provide Contractor Operation and Maintenance Services (COMS), Contractor Maintenance Services (CMS) and Contractor Instructional Services (CIS) for the Commander, Naval Installations Command (CNIC) customer. The Aircraft Rescue and Firefighting (ARFF) training program ensures that each ship and shore based activity that supports operations has available highly trained and qualified personnel. The ARFF training program requirements comply with NAVAIR 80-R-0014, Naval Air Training and Operating Procedures Standardization (NATOPS) manual and provide personnel qualified in state of the art firefighting tactics, technologies, fire combat systems and equipment. Live fire training for aircraft has consisted of stationary fire pits using liquid petroleum propellants giving rise to environmental and personnel safety concerns. The Liquefied Propane Gas (LPG) devices provide an environmentally acceptable alternative to fossil fuel fire pit training. They provide the requisite training for CNIC Fire and Emergency Services personnel on US Naval activities in various geographical areas. COMS requires the contractor to provide all labor, materials, consumables, equipment, tools, test equipment, and transportation necessary to maintain the training systems and equipment in a fully operational condition, and to facilitate user training. For Contractor Maintenance Services (CMS), the contractor provides maintenance and supply support services with a śminimum response time ť to service calls. Scheduling authority resides with the Government. Training is site specific. The government is contemplating a Cost Plus Fixed Fee contract (one year base, with four (4) one year options). Examples of the types of devices for the FTSP contract are included but not limited to: Mobile Aircraft Firefighting Training Device (MAFTD); Kidde and ProSafe models BullEx Helicopter Firefighting Trainer T-400M Structural Trainer SWEDE Flashover Trainer Falcon EX Helo/Car Prop PLACES OF PERFORMANCE: Performance is required various locations worldwide. REQUIRED CAPABILITIES: NAWCTSD is seeking companies that have a successful track record in performing FTSP CIS/COMS/CMS services as a primary core competency with a high degree of customer satisfaction. Interested parties should provide documentation on the following: CAPABILITIES: Provide a brief company introduction and details on the company/organization. Discuss your management approach in performing CIS/COMS/CMS services. Include information on program management, logistics management, risks, personnel, maintenance plans and processes, quality control processes and a summary for how you plan to meet the CIS/COMS/CMS requirements. Include your understanding of Information Assurance (IA) processes. Discuss your capacity to take on new CIS/COMS/CMS efforts. Additionally, interested parties should list any ground rules and/or assumptions that your company recommends for this effort, i.e. type of contract, etc. EXPERIENCE: Interested parties should provide details of their experience in the last five (5) years performing CIS/COMS/CMS work. Please provide up to three of your most relevant efforts, to include the contract number, dollar value, contract type, whether you performed as the prime or subcontractor, period of performance and brief description of work. For NAWCTSD contracts, interested parties only need to provide the contract number, name of program and period of performance. For non-NAWCTSD contracts, also include a brief description of the following, as applicable, for each relevant effort: Magnitude of the requirement “ (size of the workforce, number of sites); Quantities and complexity of simulators and weapons platforms supported; Activity level/op-tempo; Degree of maturity or stability of program and devices; Security requirements; Experience negotiating Collective Bargaining Agreements and SCA Price Adjustments; and Degree(s) of risk (performance, schedule, cost) SIZE STATUS: The applicable NAICS code for this requirement is 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons Exception), size standard of $38.5M. The Product Service Code is J069 - Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. Also identify whether your company is a Small Disadvantaged Business, Veteran-Owned SB, Service-Disabled Veteran-Owned SB, HUBZone SB, and/or a Women-Owned SB. The Government is contemplating a Service-Disabled Veteran-owned Set Aside. SOURCES SOUGHT RESPONSES: Your firm ™s response to this Sources Sought synopsis should include: SUBMISSION DETAILS: Interested businesses shall submit responses by email to Carly Galloway at carly.galloway @navy.mil. Please submit all questions by email to the POC. One electronically submitted response shall be received no later than 5:00pm Eastern Time on XX July 2017 and reference: FTSP COMS - Sources Sought. Interested businesses should submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the requirements listed above. All responses shall include Company Name, Company Address, Company Business Size, CAGE Code, and Points-of-Contact (POC) including name(s), phone number, fax number, and email address. This sources sought announcement is published for informational purposes only. This is not a solicitation. 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 notice is strictly voluntary. No site visit will be permitted during the period of response to this announcement. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the Navy Electronic Commerce Online (NECO) and the Federal Business Opportunities (FBO) websites. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities. Contracting Office Address and POC: 12211 Science Drive Code 25321 Orlando, Florida 32826-3224 Primary Point of Contact: Carly Galloway, Contract Specialist, Code 25321 Naval Air Warfare Center Training Systems Division Tel: (407)380-8255 Email: carly.galloway@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017R0058/listing.html)
 
Document(s)
Attachment
 
File Name: N6134017R0058_N6134017R0058_Draft_documents.pdf (https://www.neco.navy.mil/synopsis_file/N6134017R0058_N6134017R0058_Draft_documents.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6134017R0058_N6134017R0058_Draft_documents.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04587693-W 20170722/170720234646-be08b729cb9d01ee183b183477a45d4a (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  © 1994-2020, Loren Data Corp.