Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
MODIFICATION

R -- PMA-299 Program Management Support Services Request for Proposal

Notice Date
4/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-17-RFPREQ-PMA-299-0543
 
Archive Date
10/8/2017
 
Point of Contact
Garrett W. Douglass, Phone: 301-342-9818
 
E-Mail Address
garrett.douglass@navy.mil
(garrett.douglass@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
When responding to Solicitation N00421-18-R-0010, please respond in acknowledgement of Amendment 0001, which was released on 03 April 2018. The response date for proposals is 02 May 2018 at 2:00PM EST. The address for sealed hard copies is: Attn: Garrett Douglass 21936 Bundy Rd. BLDG 442 Patuxent River, MD. 20670 Any additional questions should be submitted to Mr. Garrett Douglass at garrett.douglass@navy.mil (301-342-9818) and Mrs. Lauren Martz at Lauren.Martz@navy.mil. The Government intends to publicize any questions received by industry in response to this solicitation, along with the Government's answers. If your response includes information that you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not send marketing type information or company brochures. At this time, the Response Date for Proposals will not be extended. __________________________________________________________ The Naval Air Systems Command (NAVAIR), Patuxent River, MD is hereby releasing the fourth round of questions and answers in response to the formal solicitation N00421-18-R-0010. Please continue to use the package released with Amendment 0001 to the solicitation N00421-18-R-0010 for all solicitation documents. Any additional questions should be submitted to Mr. Garrett Douglass at garrett.douglass@navy.mil (301-342-9818) and Mrs. Lauren Martz at Lauren.Martz@navy.mil. The Government intends to publicize any questions received by industry in response to this solicitation, along with the Government's answers. If your response includes information that you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not send marketing type information or company brochures. At this time, the Response Date for Proposals will not be extended. __________________________________________________________ The Naval Air Systems Command (NAVAIR), Patuxent River, MD is hereby releasing the third round of questions and answers in response to the formal solicitation N00421-18-R-0010. Please continue to use the package released with Amendment 0001 to the solicitation N00421-18-R-0010 for all solicitation documents. Any additional questions should be submitted to Mr. Garrett Douglass at garrett.douglass@navy.mil (301-342-9818) and Mrs. Lauren Martz at Lauren.Martz@navy.mil. The Government intends to publicize any questions received by industry in response to this solicitation, along with the Government's answers. If your response includes information that you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not send marketing type information or company brochures. At this time, the Response Date for Proposals will not be extended. __________________________________________________________ The Naval Air Systems Command (NAVAIR) hereby releases Amendment 0001 to the RFP N00421-18-R-0010. This amendment updates the Section C, Attachment 1, Statement of Work (SOW) substitution requirements under paragraph 6.4.4. This amendment further defines the experience required under the Program Manager to include both FMS and Domestic Acquisition experience. This amendment further delineates the Contractor Acquired Property CLIN 0042 as Not Separately Priced. Additionally, this amendment updates Section L with clarifying information around ODC's and proposal response instructions. There is no extension to the proposal response date/time authorized by this amendment. For the breakdown of ODC's by CLIN, please refer to the updated Attachment 4, Pricing Matrix by CLIN. Documents included in Amendment 0001. - Amendment 0001 SF30 - Conformed Copy of N0042118R0010 - Formal RFP Questions and Answers as of Amendment 0001 - Attachment 1 SOW as of Amendment 0001 - Attachment 2 Signed DD254 - Attachment 3 Signed COR Designation Letter - Attachment 4 Pricing Matrix by CLIN as of Amendment 1 - Attachment 5 OCI List - Attachment 6 Contract Ceiling Spreadsheet - Attachment 7 GFP/GFE List - Exhibit A CDRL's The response date for proposals is 02 May 2018 at 2:00PM EST. The address for sealed hard copies is: Attn: Garrett Douglass 21936 Bundy Rd. BLDG 442 Patuxent River, MD. 20670 If interested parties have questions about this solicitation, please refer to the questions and answers that have been attached to this notice. If interested parties have additional questions, please submit those questions to Mr. Garrett Douglass at garrett.douglass@navy.mil (301-342-9818) and Mrs. Lauren Martz at Lauren.Martz@navy.mil. The Government intends to publicize any questions received by industry in response to this solicitation, along with the Government's answers. If your response includes information that you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not send marketing type information or company brochures. ________________________________________________ The Naval Air Systems Command (NAVAIR), Patuxent River, MD is hereby releasing the first round of questions and answers in response to the formal solicitation N00421-18-R-0010. Additionally, NAVAIR will be issuing an amendment that further clarifies the substitution requirements identified in the Statement of Work. Please continue to use Solicitation package 24 attached to this notice number until a formal amendment is released. Any additional questions should be submitted to Mr. Garrett Douglass at garrett.douglass@navy.mil (301-342-9818) and Mrs. Lauren Martz at Lauren.Martz@navy.mil. The Government intends to publicize any questions received by industry in response to this solicitation, along with the Government's answers. If your response includes information that you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not send marketing type information or company brochures. At this time, the Response Date for Proposals will not be extended. _______________________________________________ The Naval Air Systems Command (NAVAIR), Patuxent River, MD is hereby releasing the Request for Proposal (RFP) N00421-18-R-0010 and all related attachments. This is a SDVOSB set-aside under NAICS code 541330 with a size standard of $38.5M. All responsible SDVOSB small businesses may submit a proposal in response to this solicitation. Any amendments (if any) to this formal solicitation will be provided as an amendment to this notice: N00421-17-RFPREQ-PMA-299-0543. The solicitation response time for this effort is 45 days with a response date for proposals of 02 May 2018 at 2:00PM EST. The address for sealed hard copies is: Attn: Garrett Douglass 21936 Bundy Rd. BLDG 442 Patuxent River, MD. 20670 If interested parties have questions about this solicitation, please refer to the draft questions and answers that have been attached to this notice. If interested parties have additional questions, please submit those questions to Mr. Garrett Douglass at garrett.douglass@navy.mil (301-342-9818) and Mrs. Lauren Martz at Lauren.Martz@navy.mil. The Government intends to publicize any questions received by industry in response to this solicitation, along with the Government's answers. If your response includes information that you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not send marketing type information or company brochures. _________________________________________________ The Naval Air Systems Command (NAVAIR), Patuxent River, MD is providing the questions submitted during the draft phase of this solicitation and the responses to those questions developed by the Government. The Final Request for Proposal is expected to be available for industry in March 2018. _____________________________________________ The Naval Air Systems Command (NAVAIR), Patuxent River, MD, is providing a Draft Request for Proposal (RFP), N00421-18-R-0010, to solicit industry feedback regarding Program Management and Financial Management Support Services for PMA-299, Multi-Mission Helicopter. This requirement is being released as a Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB) under NAICS code 541330 and a size standard of $38.5M. Interested parties are requested to review and provide feedback relevant to the Government's draft solicitation. The Government intends to release a formal RFP in March 2018, with a proposal turnaround time of 45 days. Companies are requested to identify any questions, perceived deficiencies, or areas requiring clarification. The Government is seeking industry input relevant to the draft solicitation and requirements documents only; capability statements will not be accepted in response to this solicitation. If your response includes information that you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing type information. In any responses to this draft solicitation, please include the following: a. Company's Name and Address b. Company's point of contact including email address and phone number c. Company's business size and NAICS status The Government will not reimburse interested parties for any presentation, marketing efforts, or data related to their response to this notice. This is not a formal request for proposal and no contract will be awarded as a result of this notice. The formal solicitation will be posted on Federal Business Opportunities (FBO). All amendments to the solicitation will also be posted on FBO. Hard copies of the solicitation and amendments will NOT be mailed to Offerors. Upon release of the formal solicitation, all responsible SDVOSB sources may submit a proposal, which shall be considered by the agency. Please submit your questions/comments to this notice to Mr. Garrett Douglass at garrett.douglass@navy.mil and Mrs. Lauren Martz at Lauren.Martz@navy.mil no later than 7 March 2018. The Government intends to publicize any questions received by industry in response to this draft solicitation, along with the Government's answers. Any requests for pre-proposal conferences shall be made prior to 28 FEB 2018. ____________________________________________ Naval Air Systems Command (NAVAIR) intends to solicit, negotiate, and award a competitive Cost-Plus-Fixed-Fee, Service-Disabled Veteran-Owned Small Business Set-Aside contract for Program Management and Financial Management Support Services for the Multi-Mission Helicopter (H-60) Program Office (PMA-299). The purpose of this acquisition is to provide Program Management and Financial Management support services for a period of five (5) years including a base period and four (4) option periods. The estimated Level of Effort to be awarded under this effort is estimated to be 683,280 hours. The estimated period of performance of this effort will be from March 2019 to March 2024. The incumbents for the current efforts are: Contract: N00178-05-D-4466-M812 Prime: Naval Systems Inc. Subcontractors: Zenetex, Imagine One Technology and Management, Ltd., Don Selvy Enterprises Inc., Andromeda Systems, Inc. Contract: N00178-14-D-7851-M802 Prime: Naval Systems Inc. Subcontractors: Andromeda Systems, Inc., Imagine One Technology and Management, Ltd., Zenetex Contract: N00421-16-C-0005 Prime: Island Creek Associates Subcontractors: Camber Corporation, Sabre Systems, Inc., Don Selvy Enterprises Inc. A draft solicitation will be made available to all interested parties in February/March 2018. Please refer all questions to Garrett Douglass at garrett.douglass@navy.mil. ____________________________________________ This is a Request for Information (RFI). This is a Sources Sought Technical Description to determine the availability and technical capability of small businesses to provide the required products/services. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice. Naval Air Systems Command (NAVAIR) is conducting a sources sought action for the procurement of services in support of the H-60 Multi-Mission Helicopter Program Office (PMA-299) Integrated Product Teams (IPTs) for the H-60/S-70 variants (all models) and Foreign Military Sales (FMS) located at the Naval Air Station Patuxent River, MD. The purpose of this acquisition is to procure program management and financial analyst services to support PMA-299. PMA-299 is responsible for the acquisition, financial management, logistics, sustainment, and life cycle support of multiple H-60 variants. This requirement will be solicited under one Request for Proposal (RFP) with one contract award for a base and four option periods for H-60 Program Management support. The expected labor categories to be included in this requirement include: FMS Management Analyst, FMS Financial Analyst, Management Analyst, Administrative Assistant, Program Analyst, and Financial Analyst. At a minimum, please address the following: •1.) What type of work has your company performed in the past in support of the same or similar requirement? •2.) Can or has your company managed a task of this nature? If so, please provide details. •3.) Can or has your company managed a team of subcontractors before? If so, provide details. •4.) What specific technical skills does your company possess which ensure capability to perform the tasks? •5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an example of your company's ability to perform at least 50% of similar tasking. •6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, etc. •7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, Service Disabled Veteran-Owned, or 8(a) Small Business Concern. There is no solicitation available at this time. This RFI is for planning purposes only. This is not an invitation to bid, request for quotation, or request for proposal. This notice cannot be construed as an obligation on the part of the Government to acquire any products or services. Any response to this RFI will be treated as information and may be used by the Navy to develop an acquisition strategy, statement of work, statement of objectives, and/or associated specifications. The results of this Sources Sought will be utilized to determine if any Small Business Opportunities exist. All Small Business Set-Aside categories will be considered. The appropriate North American Industry Classification System (NAICS) code is 541330, with a small business standard of $38.5 million and a product service code (PSC) of R408. To the maximum extent possible, please submit non-proprietary information. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. The Government is not liable for damages related to proprietary information that is improperly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this Notice are not to exceed 7 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 12 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail, in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information, to the contact points identified in this Sources Sought, within 15 calendar days of the publication date of this Notice. All interested parties should not submit classified material, as the Government will not accept classified material. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) are required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-17-RFPREQ-PMA-299-0543/listing.html)
 
Place of Performance
Address: NAS Patuxent River: 44%, Contractor Facility 56%, United States
 
Record
SN04901312-W 20180427/180425231050-2aa6cb5dedd91ca5ca38b63fc0c3a55b (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.