Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
SOURCES SOUGHT

R -- F-35 JPO Program Security Support Services - RFI_Security_Support_Services_20180728 - DRAFT_Security_PWS_20180728

Notice Date
8/6/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-18-RFI-Program_Security_Support
 
Archive Date
9/1/2018
 
Point of Contact
Krista N. Argabright, Phone: 7036074568, Lionel R. Lawson, Phone: 7036046764
 
E-Mail Address
krista.argabright@jsf.mil, lionel.lawson@jsf.mil
(krista.argabright@jsf.mil, lionel.lawson@jsf.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS RFI details and Questionnaire Request for Information in support of the F-35 Joint Program Office Security Knowledge Based Services INTRODUCTION and OVERVIEW THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. This RFI is for informational and planning purposes only and it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The F-35 Joint Program Office (JPO) is requesting information pertaining to Security Knowledge Based Services support for the F-35 Lighting II JPO and associated Air Systems. The F-35 JPO, in conjunction with the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is releasing a draft Performance Work Statement (PWS), Attachment 1, as part of an RFI to identify interested parties and solicit comments to improve the quality and clarity of the requirements for security support services. The Government's intent is to release a Request for Proposal (RFP) which will result in a single award Indefinite Delivery / Indefinite Quantity (IDIQ) contract consisting of five years, with an anticipated minimum of three task orders with varying periods of performance. The F-35 JPO requires security support to be provided to the Directorates, Functional and Integrated Product Teams which reside within the F-35 JPO and consist of - but not limited to - Systems Engineering, Contracting, Security, Legal, Business Financial Management, Logistics, Information Technology, Program Management, International, Development, Production, Sustainment, Program Control, Air Vehicle, Mission Systems, Propulsion, Autonomous Logistics Information System, and Logistics & Support Products. The specific security tasks are outlined in the Draft PWS, Attachment 1. The Government anticipates the RFP will be released under the North American Industry Classification System (NAICS) 561210, Facilities Support Service. Under this classification, small business is identified as a business having less than $38.5 million dollars in annual receipts. Personnel and facility security requirements are included in the attached PWS. Any resulting solicitation related to this RFI will officially be released via the Federal Business Opportunities (FedBizOpps). RFI RESPONSE INSTRUCTIONS Complete the attached questionnaire to provide the requested information (no substitutions, additions, or deletions). Responses shall be limited to the topics below and are bound by sectional page limits as outlined. A page is defined as a single sided 8.5" by 11" page using 1 inch margins from each edge. Response must be in font size 12, Times New Roman. Inclusion of the below questionnaire is in addition to the outlined page count. The information shall be submitted as UNCLASSIFIED. Do not submit any documents (letters, corporate statements, or marketing information) other than the completed questionnaire and any comments on the response topics. The Government may elect not to discuss submissions received in response to this RFI with individual responders. There is no requirement to respond to the RFI to be eligible to propose on the planned RFP. However, the Government places great value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing services similar to those described in the tasks. Any questions and responses should be submitted to Ms. Krista Argabright at krista.argabright@jsf.mil no later than 3:30pm EDT on 17 August 2018. RESPONSE TOPICS Topic 1: The Government is interested in obtaining information from industry concerning capabilities to meet the requirements of the major tasks outlined in the attached PWS. Specifically, the Government requests that respondents address each portion of the PWS and indicate their capability of meeting requirements and performing each task. This RFI is for market research purposes only and is not part of any down-selection process. (No more than 5 pages) Topic 2: The Government as part of this RFI is interested in gathering information in the attached questionnaire and requests respondents complete the attached questionnaire. (No more than 2 pages) Topic 3: The Government welcomes comments from industry on perceived ambiguities in the tasks that make it difficult to estimate the work required (e.g., are the sub tasks in alignment with current industry standards, unclear, or in conflict with each-other; are we missing any task areas). (No more than 5 pages) DISCLAIMER The Government does not intend to award a contract on the basis of this RFI. This is not a RFP. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this sources sought will be safeguarded and handled in accordance with applicable Government regulations. NO FORMAL SOLICITATION EXISTS AT THIS TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-RFI-Program_Security_Support/listing.html)
 
Place of Performance
Address: F-35 Joint Strike Fighter Program Office, 200 12th Street South, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN05021854-W 20180808/180806230919-a02ce107c7e8cd25205a34a683ae60a7 (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.