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
SOLICITATION NOTICE

R -- Logistics Support Services for Industrial and Logistics Maintenance Planning and Sustainment - 17-R-0027

Notice Date
7/20/2017
 
Notice Type
Presolicitation
 
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
8/1/2018
 
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
Total Small Business
 
Description
A05 Draft SOW 7.17.17 The Naval Air Weapons Center- Weapons Division (NAWCWD), China Lake intends to procure, on a small business set-aside competition basis, a five year Cost Plus Fixed Fee (CPFF), Indefinite Delivery - Indefinite Quantity (IDIQ) Task Order contract with an estimated maximum level of effort 0f 70,902 hours per year for various representatives for a total of 354,511 hours for the five year period to provide Logsitics Support Services for the Industrial and Logistics Maintenance Planning/Sustainment Department for the 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. All responsible sources may submit a proposal, which will be considered by the agency. Vendors must be registered in the System for Award Management (SAM) database, at the following website: https://www.sam.gov/portal/public/SAM/, to be considered a responsible source. The applicable NAICS code for this requirement is 541330. Offerors will be evaluated on the basis of best value to the Government via the trade-off method. It is anticipated that the solicitation or Request for Proposal (RFP) will be posted on the FEDBIZOPPS website at http://www.fbo.gov/ on or about 15 August 2017 and will run a minimum of 31 days. Offerors wishing to submit a proposal are responsible for downloading their own copy of the RFP from the website and to frequently monitor the site for any amendments to the RFP. A bidders list will not be maintained by this office, no telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and any associated amendments prior to the date and time set for receipt of proposals, may render an offer non-responsive and result in rejection of the same. Any questions must be submitted in writing via e-mail to Mrs. Juliann Richardson at juliann.richardson@navy.mil. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: http://www.dlis.dla.mil/jcp/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ca1750b083710588548810f8652643c)
 
Place of Performance
Address: Various, United States
 
Record
SN04588107-W 20170722/170720235002-9ca1750b083710588548810f8652643c (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.