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, 2018 FBO #6085
MODIFICATION

D -- 5.4.1 RDT&E Infrastructure - Amendment 0007

Notice Date
7/20/2018
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management 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-R-0040
 
Archive Date
9/30/2017
 
Point of Contact
Travora R. Levasseur, Phone: 3017571943, Thomas Conrow, Phone: (301) 342-2186
 
E-Mail Address
travora.levasseur@navy.mil, thomas.conrow@navy.mil
(travora.levasseur@navy.mil, thomas.conrow@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0007- RFP Extension 20 July 2018 UPDATE: This modification is to attach Amendment 0007 to the solicitation which extend the proposal submission date to 9 August 2018. ******************************************************************** 28 June 2018 UPDATE: **THIS IS AN AMENDED REQUEST FOR PROPOSALS** This modification is to attach Amendment 0006 and the conformed copy of Solicitation N00421-17-R-0040. The Naval Air Warfare Center, Aircraft Division (NAWC-AD), Patuxent River, MD is hereby releasing request for proposal (RFP) N00421-17-R-0040 for full spectrum information technology (IT), engineering, and management support services for the RDT&E Infrastructure Division (AIR-5.4.1). This is a small business set-aside competition under North American Industry Classification System (NAICS) code 541513 with a size standard of $27.5 million in average annual receipts. The Product Service Code (PSC) is D301. This requirement will be awarded as a single award indefinite delivery indefinite quantity (IDIQ) contract. Since this requirement is a 100% small business set-aside, only small businesses will be considered for award. Please refer to the attached files for additional details and proposal submission requirements. The requirement for these services is currently being performed under Task Order N00178-14-D-7835 M801 awarded to the MIL Corporation. The NAVAIR Freedom of Information Act (FOIA) website is http://foia.navair.navy.mil. The proposal submission deadline is no later than Monday, 30 July 2018 at 14:00 EST. Interested parties are to address questions regarding this RFP to Ms. Travora Levasseur at travora.levasseur@navy.mil and Mr. Thomas Conrow at thomas.conrow@navy.mil. The Government intends to publicize any questions received by industry in response to this RFP, 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. NOTE: There is no commitment by the Government to make an award or to be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to award a contract. Any amendments (if any) to this RFP will be provided as an amendment to this notice. It is the responsibility of potential Offerors to monitor Federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information and/or amendments to the RFP. ******************************************************************** 02 May 2018 UPDATE: This modification is to attach Amendment 0004 to the solicitation which places the solicitation on hold until further notice. ******************************************************************** 30 April 2018 UPDATE: This modification is to attach Amendment 0003 to the solicitation which extend the proposal submission date to 3 May 2018. 27 Mar 2018 UPDATE: **THIS IS A REQUEST FOR PROPOSALS** The Naval Air Warfare Center, Aircraft Division (NAWC-AD), Patuxent River, MD is hereby releasing request for proposal (RFP) N00421-17-R-0040 for full spectrum information technology (IT), engineering, and management support services for the RDT&E Infrastructure Division (AIR-5.4.1). This is a small business set-aside competition under North American Industry Classification System (NAICS) code 541715 with a size standard of 1,500 employees. The Product Service Code (PSC) is AC15. This requirement will be awarded as a single award indefinite delivery indefinite quantity (IDIQ) contract. Since this requirement is a 100% small business set-aside, only small businesses will be considered for award. Please refer to the attached files for additional details and proposal submission requirements. The requirement for these services is currently being performed under Task Order N00178-14-D-7835 M801 awarded to the MIL Corporation. The NAVAIR Freedom of Information Act (FOIA) website is http://foia.navair.navy.mil. The proposal submission deadline is no later than Thursday, 26 April 2018 at 14:00 EST. Interested parties are to address questions regarding this RFP to Ms. Travora Levasseur at travora.levasseur@navy.mil and Ms. Lakeeta Young-Hill at lakeeta.young-hill@navy.mil. The Government intends to publicize any questions received by industry in response to this RFP, 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. NOTE: There is no commitment by the Government to make an award or to be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to award a contract. Any amendments (if any) to this RFP will be provided as an amendment to this notice. It is the responsibility of potential Offerors to monitor Federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information and/or amendments to the RFP. ******************************************************************** 28 Sept 2017 UPDATE: The Government would like to thank everyone that commented on the DRAFT RFP for the RDT&E Infrastructure Division (5.4.1), which provides full spectrum information technology (IT), engineering, and management support services for the RDT&E Infrastructure Division. In light of the valuable comments and questions from Industry, the Government has elected to retract the DRAFT solicitation to reexamine requirements and evaluation criteria. The Government intends to issue a new RFP at a later date. A review of all questions and comments will be incorporated into any future documentation provided to industry. Please continue to monitor FBO for the release of follow-on information regarding the RDT&E Infrastructure Division (5.4.1) procurement. POC: Christin Simpson, Procuring Contracting Officer, christin.simpson@navy.mil ******************************************************************** Original Notice: NOTE: The purpose of the DRAFT RFP is to allow industry the opportunity to ask questions and submit comments. All questions and comments shall be submitted via email to Sotanya Rushing at sotanya.rushing@navy.mil AND Christin Simpson at christin.simpson@navy.mil. The Government WILL NOT accept questions by phone or in person. All questions and comments will be posted in a single document to FedBizOps. The attached DRAFT RFP describes technical support services required for the RDT&E Infrastructure Division (5.4.1), which provides full spectrum information technology (IT), engineering, and management support services for the RDT&E Infrastructure Division. The RDT&E Infrastructure Division's responsibility is national in scope, including engineering and technical support for more than ~417 NAVAIR RDT&E laboratories and facilities at Patuxent River, MD; China Lake, CA; St Inigoes, MD; Point Mugu, CA, Jacksonville, FL, Lakehurst, NJ; Orlando, FL; Cherry Point, NC; Jacksonville, FL and San Diego, CA. The Air Interoperability Branch (AIC) within the division provides network communications capabilities, services and support to ensure a secure, responsive RDT&E infrastructure and operating environment for NAVAIR laboratories, programs and test events. AIC provides the management and oversight of the architecture, security, information assurance, processes and procedures used by the RDT&E community for data communications. AIC operates the NAVAIR RDT&E Base Area Networks, providing cost effective connectivity and security services to access DoD approved Wide Area Networks, NAVAIR labs and ranges. AIC also provides RDT&E Governance support. It is anticipated that the final RFP will be released towards the end of the 4th Qtr FY 17.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-17-R-0040/listing.html)
 
Place of Performance
Address: Please see the RFP for specific locations, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN05001561-W 20180722/180720231102-9e83235cd5019e87c64915a65eb853b0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.