MODIFICATION
J -- Targets Operations & Maintenance
- Notice Date
- 12/21/2017
- Notice Type
- Modification/Amendment
- NAICS
- 336411
— Aircraft Manufacturing
- 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
- N68936-16-R-0024
- Archive Date
- 2/15/2019
- Point of Contact
- Eva Vitale, Phone: 760-939-8539, Frank Roberto, Phone: (760) 939-3916
- E-Mail Address
-
eva.vitale@navy.mil, frank.roberto@navy.mil
(eva.vitale@navy.mil, frank.roberto@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Air Warfare center Weapons Division (NAWCWD), Point Mugu, CA, intends to award a competitive, 100% small business set-aside contract, in accordance with FAR 6.203. This is a follow-on effort to contract number N68936-13-C-0083 and will be awarded as a Cost Plus Fixed Fee (CPFF) contract. The period of performance will be from date of award for one base-year, with the potential for four, one-year options. This effort is in support of the Pacific Marine and Target Operations (PTMO) Division of the Threat/Target Systems Department located at Point Mugu, CA. The award will be a level of effort contract. The estimated level of effort will be 259,628 hours for the base year, including fixed-price labor. Each option year will be for 259,628 hours, for a total of 1,298,140 hours if all options are awarded. The procurement is for operations and maintenance of aerial and seaborne assets. This includes air and sea vehicles and vessels used for manned and unmanned training and test events. Aerial assets include subsonic and supersonic aerial targets. Seaborne assets include a combination of target and training support vessels. The responsible contractor will perform operational and intermediate level maintenance for both aerial and seaborne assets. Current operational activity includes all combinations of air and surface engagement for live fire events. The Government anticipates a September 2018 award. This notice is NOT a request for competitive proposals; however, any firms believing they can fulfill this requirement may submit a written response to eva.vitale@navy.mil. The written response to this notice shall reference solicitation number N68936-16-R-0024 and clearly show the firm's capability, background, experience and assets necessary to perform the required work. The solicitation document (to include attachments) will contain data that has been designated as "Controlled Unclassified Information (CUI)." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office and have a valid PIN number will be able to access Government documents containing CUI within FBO. To obtain certification, contact: Commander, Defense Logistics Information Services, (DLIS), ATTN: U.S./Canada Joint Certification office, 74 Washington Ave., North, Battle Creek, MI 49017-3084 or call DLIS at (800) 352-3572. The DLIS U.S./Canada Joint Certification Lookup is available via Internet at http://www.dlis.dla.mil/ccal. All responsible sources must be registered in the Central Contractor Registration (CCR) database. Once the RFP has been posted, all responsible sources may submit a proposal that shall be considered by NAWCWD. The Government anticipates selecting for award that offeror determined to be most advantageous to the Government based on a best value evaluation. This synopsis is for informational purposes only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/62cdf6db3490747543a81f190f7643ff)
- Place of Performance
- Address: Pt Mugu, United States
- Record
- SN04774263-W 20171223/171221231648-62cdf6db3490747543a81f190f7643ff (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 |