Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
MODIFICATION

A -- AIR-4.11 ABM Multiple Award Contract (MAC) - Amendment 4

Notice Date
10/16/2018
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
ABM_MAC
 
Archive Date
5/3/2016
 
Point of Contact
Maria M Mattei-Chaney, Phone: 301 757-0740, Rhonda G. Garcia, Phone: 301 757-0754
 
E-Mail Address
maria.mattei-chaney@navy.mil, rhonda.garcia@navy.mil
(maria.mattei-chaney@navy.mil, rhonda.garcia@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Conformed Copy of ABM MAC Amendment 4 N00421-18-R-0032 ABM MAC Amendment 4 N00421-18-R-0032 ***10/16/18*** 1. Attached ABM MAC Solicitation N00421-18-R-0032 Amendment 4 and conformed copy of Solicitation. ***10/01/18*** 1. Attached ABM MAC Solicitation N00421-18-R-0032 Amendment 3 and conformed copy of Solicitation. **9/26/18*** 1. Attached ABM MAC Solicitation N00421-18-R-0032 Amendment 2 and conformed copy of Solicitation. 2. Attached revised Offeror Q & A. ***9/14/18*** 1. Attached ABM MAC Solicitation N00421-18-R-0032 Amendment 1 and conformed copy of solicitation. 2. Attached Offeror Q & A ** New finalized version of RFP uploaded ** This is a request for proposals The purpose of this modification is to provide general sources sought information and acquisition status for the ABM MAC. Please see the attached General SSR Letter. The purpose of this modification is to revise the ELIGIBILITY section to reflect the correct NAICS Code and size Standard. The purpose of this modification is to revise the NAICS Code, response date. and POC. INTRODUCTION This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets: Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide one or more of the services required to support the systems cited in PWS paragraph 3. Requirements. These support services include 3.1. System Certification, 3.2. Technical Support, 3.3. Supply Support, 3.4. Systems Engineering, 3.5. Systems Development Support, 3.6. Systems Test and, 3.7. Hardware Support, 3.8. Production Support, 3.9. Overhaul and Repair Program, and 3.10. Program Support. 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. PROGRAM BACKGROUND The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, St. Inigoes, Air Traffic Control (ATC) Systems Division, Area Control Systems (ACS) Branch Code 4.11.7.3 is the technical/acquisition Engineering Agent for mobile air battle management systems and communication-electronic support systems. Providing operational, technical, logistical and system engineering support in system certification; technical assistance; systems analysis and engineering; test and evaluation; installation and maintenance; hardware design, development, technical logistics support; configuration management; training support; equipment manufacturing; quality control; and project management for the United States Navy (USN), United States Air Force (USAF), United States Marine Corps (USMC) and other DoD activities. This is a re-compete of N00421-11-D-0036, a Multiple Award Contract (MAC) expected to expire 10 September 2016. The incumbent is Engility Corporation. The follow-on contract is anticipated to be a competitively awarded MAC contract with a five year ordering period. Place of Performance: Contractor Site (80%), Government Site (20% Webster Field, St. Inigoes, MD). REQUIRED CAPABILITIES A draft Performance Work Statement (PWS), draft CDRLS, draft Personnel Qualifications Description, and estimated Level of Effort (LOE) are attached for review. The estimated LOE and Other Direct Costs (ODCs) are for the entire requirement. ADDITIONAL INFORMATION A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance and "Secret" safeguarding of classified information under this contract. The contract type is anticipated to be MAC CPFF Type with the LOE estimated at 2,470,000 man-hours for the five year ordering period. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. ELIGIBILITY The applicable NAICS Code for this requirement is 541330 with a Small Business Size standard of 1,250 employees. The Product/Service Code (PSC) for this effort is AC65. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. Offerors MUST have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of this cost-type contract. SUBMISSION DETAILS Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 12 pitch. Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? This should include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to one or more services listed above that are outlined in the draft PWS. 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 one or more of the specific tasks listed above that are outlined in the draft PWS? 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 explanation of your company's ability to perform at least 50% of the tasking for one or more of the services listed above that are outlined in the draft PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the Facility and Safeguarding requirements outlined above. In order to make a determination for a small business set-aside of a specific requirement within the MAC, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications and ability to perform this specific requirement in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). To assist the Government in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet one or more of the specific requirements contained in this announcement. Your response to this Sources Sought shall be electronically submitted to Michael Woods and Rhonda Garcia in either Microsoft Word or Portable Document Format (PDF) via email at Michael.d.woods@navy.mil and Rhonda.garcia@navy.mil. The deadline for response to this request is 22 June 2016, 2 pm (1400) Eastern Standard Time. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. No phone calls will be accepted. Questions may be submitted via email to Michael.d.woods@navy.mil and Rhonda.garcia@navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/ABM_MAC/listing.html)
 
Place of Performance
Address: St. Inigoes, Maryland 20684, St. Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN05126694-W 20181018/181016230856-5cb370705fd39ace91e068215f683d6c (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.