SOURCES SOUGHT
R -- Support services for NSWCPD Test Facilities - Draft Performance Work Statement
- Notice Date
- 7/28/2017
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
- ZIP Code
- 19112-1403
- Solicitation Number
- N64498-17-JPS-002
- Archive Date
- 8/30/2017
- Point of Contact
- Michael D Nolan, Phone: 2158978914
- E-Mail Address
-
michael.d.nolan@navy.mil
(michael.d.nolan@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking qualified sources that can furnish labor, material, installation, and technical support services to operate and maintain test facilities at the Naval Surface Warfare Center-Philadelphia Division (NSWCPD) when workload exceeds existing manpower capabilities. The procurement is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) Contract with provisions to issue cost-plus-fixed-fee task orders. NSWCPD anticipates issuing a solicitation for a contract with a five (5) year ordering period. The North American Industry Classification System (NAICS) Code is 561210, Small Business Size Standard is $38,500,000.00. The DRAFT Performance Work Statement (PWS) is attached. Interested businesses are invited to respond to this source sought announcement by providing a capability statement: Capability statements shall not exceed 10 pages and shall include the following items: (1) Title of the PWS you are applying to and a description of the offeror's capabilities relating specifically to section 3.0 of the attached draft PWS, specifically addressing relevant experience and understanding of the work for which this acquisition will support; (2) A company profile including the DUNS number and a statement regarding current small/large business status (including all applicable categories of small business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Veteran-Owned Small Business or Small Disadvantaged Business) for NAICS Code 561210; (3) The specific qualifications, capabilities, and experience of the contractor's personnel available to support this effort, including the personnel's security clearance level. Identify whether individuals are employees of the offeror or of a planned team member (subcontractor) and identify the planned team member; (4) A description of the offeror's ability to meet each of the mandatory requirements; (5) Specific past performance on same or similar size and scope of work performed by the offeror as a prime contractor within the past five years, including a description of the services provided, the dollar value of the effort, and the contract number; (6) A statement as to the existence of the offeror's DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the proposal due date; (7) Any potential subcontract/consultant arrangements being considered. If subcontracting is contemplated, the capability statement shall contain sufficient information concerning the planned subcontracting/consulting arrangements to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting, can be met for each contract period. These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General and Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14; and (8) A Statement regarding capability to obtain the required security clearances for personnel. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informational purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this Sources Sought notice or any follow-up information requests. Submittals will not be returned to the sender. NSWCPD will utilize the information for technical and acquisition planning purposes. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Michael Nolan at michael.d.nolan@navy.mil, with the subject line "RFI N64498-17-JPS-002". All responses shall be unclassified and submitted by no later than 4:00 PM EST on 15 August 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a6bcb4bfb5c9d8349b1b1f0c4230ee86)
- Place of Performance
- Address: Philadelphia, Pennsylvania, 19112, United States
- Zip Code: 19112
- Zip Code: 19112
- Record
- SN04602468-W 20170730/170728231616-a6bcb4bfb5c9d8349b1b1f0c4230ee86 (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 |