Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

R -- COST ESTIMATING/ANALYSIS SUPPORT FOR AIR-4.2 - Solicitation 1

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-17-R-0075
 
Archive Date
10/30/2018
 
Point of Contact
Laura Daron, Phone: 301-757-0944, Melinda K Stann,
 
E-Mail Address
laura.daron@navy.mil, melinda.stann@navy.mil
(laura.daron@navy.mil, melinda.stann@navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment P8 - Annual Fully Burdened Labor Rates Attachment P7 - Subcontractor Cost Summary Attachment P6 Prime Cost Summary Attachment P5 - Contractor Performance Assessment Questionnaire Attachment P4 - Past Performance Information Form Attachment P3 - Composite Labor Rate and Fee Worksheet Attachment 6 - OCI List Attachment 5 - NAWCTSD_4330-60 Attachment 3 - DD254 Attachment 1 - CSP CDRLs N00421-17-R-0075 Solicitation SOLICITATION RELEASE NOTICE Description: The purpose of this announcement is to issue a Request for Proposal (RFP). The Government intent is to award a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract to the Offeror who provides the best overall value. The resultant IDIQ is planned as a non-performance based contract with a five year ordering period and will be issued on a Cost-Plus-Fixed-Fee and Cost-Reimbursable basis. Description of Requirement: The Naval Air Warfare Center - Aircraft Division (NAWCAD) (AIR-2.5.1.5) at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide research and analysis relating to the cost, schedule and technical performance of pre-acquisition, acquisition, production and sustainment of Naval Aviation programs for the Cost Department, AIR-4.2. See the attached RFP, Exhibits, and RFP Attachments for full details. The Government will not accept or respond to telephone calls or requests for meetings with potential Offerors about this requirement. All questions regarding this procurement must be submitted via email. It is required that all questions be received within ten (10) calendar days of the date this solicitation is issued. Questions received after ten (10) calendar days may not be answered prior to the proposal due date. This effort is planned as a Service Disable Veteran Owned Small Business (SDVOSB) set-aside competition. The North American Industry Classification System (NAICS) code is 541330 with a small business size standard of $38,500,000.00. The Product Service Code (PSC) for this requirement is R425. It is anticipated that any resultant amendments will be released on the Federal Business Opportunities (FEDBIZOPPS) website at https://www.fbo.gov. __________________________________________________ The following information was released under the presolicitation notice. As the solicitation is now released, the information below along with all previously released documents are no longer applicable. An Amendment to the Sources Sought Notice for this effort was posted on 13 June 2018 with the following information: SPECIAL NOTICE: This amendment is for informational purposes only. This sources sought closed on 29 August 2017. This amendment is NOT a request for additional capability statements. This amendment is to inform interested sources that the Cost Estimating Analysis Support (N00421-17-R-0075) RFP is planned to be released in Q4 this FY. Small business set aside is being considered for this effort. Please watch the FBO.gov for the upcoming Presolication Notice. No additional information is available. ************************************** ORIGINAL NOTICE: COST ESTIMATING/ANALYSIS SUPPORT FOR AIR-4.2 The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. Any resultant solicitation will be released in the https://www.FedBizOpps.gov website for acquiring the services. Prior to that, an Advance Planning notice with regards to this requirement will be released in FEDBIZOPPS. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 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. INTRODUCTION The Naval Air Warfare Center - Aircraft Division (NAWCAD) (AIR-2.5.1.5) at Patuxent River, MD announces its intention to procure, on a competitive basis, the services necessary to provide research and analysis relating to the cost, schedule and technical performance of pre-acquisition, acquisition, production and sustainment of Naval Aviation programs for the Cost Department, AIR-4.2. The services are currently being performed by Naval Systems, Inc. of 21491 Great Mills Road Suite 100 Lexington Park MD 20653-1220 under N00178-05-D-4466 - M813. The existing contract is a SeaPort-e Cost-Plus-Fixed-Fee task order. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is R425; the NAICS is 541330 with a size standard of $38.5 million. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside. As such, all eligible SB/SDVOSBs/8(a)/etc. are encouraged to respond. Teaming arrangements are acceptable. PROGRAM BACKGROUND The Cost Department (AIR 4.2) performs Cost Estimating/Analysis for Aircraft, Aircraft Components and Subsystems, Missiles, Unmanned Aerial Vehicles (UAV's), Ordnance/Bombs, Support Related Items and Special Studies for the Naval Air Systems Command (NAVAIR), NAVAIR Program Executive Officers (PEOs), Naval Air Warfare Centers (NAWC), AIR-1.0 - Aircraft Mission Support Systems, F-35 JPO, Special Studies and Advanced Concepts, and NON-PEO related products, services and external programs. AIR 4.2 also performs specialized work in support analyses for acquisition and logistics estimating, independent evaluations, case studies, and recommendations. Specialized support will be required across a widely varied spectrum of Naval Aviation programs and strategic areas of interest, primarily tied to the Acquisition Estimating (AIR-4.2.1) and Integrated Product Support (IPS) and Operations & Support (O&S) efforts (AIR-4.2.2). The Acquisition Estimating and IPS/O&S Divisions will be tasked with a broad spectrum of activities which include, but are not limited to: life cycle cost estimating, tradeoff assessments (e.g., Cost as the Independent Variable (CAIV) Initiatives, Analysis of Alternatives (AoA), Cost Benefit Analysis, Business Case Analysis, Return On Investment (ROI), or force level trade assessments), engineering change and major modification analyses, production rate sensitivity analyses, evaluation of the validity of existing estimates, analysis of program effects of multi-year contracting, warranty analyses, Integrated Baseline Reviews (cost estimate support), Risk Based Cost Assessment, database/process development, web site development and/or maintenance, support for complex modeling efforts, Total Ownership Cost (TOC) (e.g., Affordable Readiness baseline establishment, cost driver identification, initiative development, and measurement & monitoring of progress against stated goals, and maintenance trade studies). The contractor shall provide trained personnel, processes, tools, and technical knowledge to conduct research and strategic analysis. Additional products shall include, but are not limited to, budget estimates, alternatives costing, modification program estimates, source selection evaluations, Total Ownership Cost (TOC) estimates, and milestone reviews with the Cost Assessment and Program Evaluation (CAPE) office, Naval Center for Cost Analysis (NCCA), Air Force Center for Cost Analysis (AFCCA), and the Deputy Assistant Secretary of the Army for Cost and Economics (DASA-CE). ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes 5 year ordering period. The anticipated start date is 4 August 2019. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost-Plus-Fixed-Fee (CPFF)/Cost Reimbursement type vehicle with an estimated total Level of Effort of approximately 259,200 man-hours (based on 1,920 hours per year) over a period of five years. The procurement is planned to be a single award IDIQ contract. These services shall be performed on-site 20% at Naval Air Station Patuxent River, MD and off-site 80% at the contractor's facilities - located within 30 miles of Patuxent River, MD. REQUIREMENTS See attached Non-Performance Based Statement of Work (NPBSOW). Labor Categories, FTEs & Hours anticipated to execute the contemplated services include: Labor Category / Level / BLS SOC Code / Estimated Hours (Per Year) Manager (Key) / N/A / 11-1021 / 3,840 Cost Analyst (Key) / Senior / 13-1051 / 38,400 Cost Analyst / Journeyman / 13-1051 / 9,600 In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & 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. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have a "Secret" Facility Clearance and a "Secret" Safeguarding Clearance. The contractor and all contractor personnel will be required to have the capability to perform the work up to the Secret level. Since the resultant contract is anticipated to be on a cost-type basis, the successful awardees will also be required to have a Government approved accounting system upon contract award. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached NPBSOW. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. This documentation must address, at a minimum, the following: 1. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values (value of the prime contract and if applicable, the value of your subcontract if you were not the prime), Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. 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, please cite contracts and teaming arrangement. 4. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified. 5. Management approach to staffing this effort with qualified personnel. 6. Statement regarding capability to obtain the required industrial security clearances for personnel. 7. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this NPBSOW for the 5 year period. 8. Company's ability to begin performance upon contract award. 9. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. 10. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. The capability statement package shall be sent by facsimile to (301) 995-1479 or by email to joe.merritt@navy.mil. Submissions must be received at the office cited no later than 10:00 a.m. Eastern Standard Time on 29 August 2017. Questions or comments regarding this notice may be addressed to Joe Merritt via email at joe.merritt@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-17-R-0075/listing.html)
 
Place of Performance
Address: Naval Air Systems Command (NAVAIR), Patuxent River Naval Air Station (NAS), Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN05088271-W 20180915/180913231445-2365879cf2db661be43bf2ef9a4a47dd (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.