Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOLICITATION NOTICE

J -- Surface Fire Fighter and Damage Control Contractor Operation & Maintenance Services

Notice Date
12/9/2019 5:19:15 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-20-R-0005
 
Response Due
1/13/2020 8:00:00 AM
 
Archive Date
01/13/2020
 
Point of Contact
Mary Abbott, Phone: 407-380-4721, Shannon Walyus, Phone: 407-380-4628
 
E-Mail Address
mary.j.abbott@navy.mil, shannon.walyus@navy.mil
(mary.j.abbott@navy.mil, shannon.walyus@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Surface Fire Fighter and Damage Control Contractor Operation and Maintenance Services (Surf FF/DC COMS) REVISION: This revision has answered questions, added CBA, added W-D Equipment List, and has updated the Consumable Report. The PWS and relavant Appendices will be updated via RFP Amendment, anticipated on or before 19 Dec 2019. This ends this revision.------------------------Request for Proposal N6134020R0005*Note- this effort was also previously posted as N6134019R0038 under the Navy Electronic Commerce Online (NECO)Introduction: The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, seeks proposals to provide Contractor Operation and Maintenance Services (COMS), for the Surface Warfare Officer School (SWOS) customer. COMS requires the contractor to provide all labor, materials, consumables, equipment, tools, test equipment, and transportation necessary to maintain the training systems and equipment in a fully operational condition, and to facilitate user training. Scheduling authority resides with the Government. Trainers are at 7 (seven) Commands located at six (6) geographic locations. The government is pursuing a Firm-Fixed Price Contract (one year base, with four (4) one year options) with Cost Reimbursable lines for trainer Consumable products.Performance Locations: Work will be conducted at Mayport, FL, Norfolk, VA, Newport, RI, San Diego, CA, Pearl Harbor, HI, RTC Great Lakes, IL, and SWOSU Great Lakes, IL. Future requirements may include Yokosuka, Japan which is not priced as part of this RFP.Size Status: This is a 100% small business set-aside. The applicable NAICS code for this requirement is 541330, Engineering Services (Military and Aerospace Equipment and Military Weapons Exception), size standard of $41.5M. The Product Service Code is J069 - Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices.If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of “Similarly Situated Entity” and changes the 50% calculation for compliance with the clause. Small business primes may now count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dated 12/3/18 at http://farsite.hill.af.mil/vmfara.htm).Submission Details: Please see Block 9 of the RFP SF 33 for proposal due date. Point of Contacts are listed in Section L of the RFP.Inclusion of the MOPAS with this RFP: The Government has posted the internal documentation for the Management and Oversight Process for the Acquisition of Services (MOPAS) for this requirement. During the RFP development phase, the MOPAS was inadvertently electronically distributed to a potential offeror. After an internal investigation, it was determined that this was not Procurement Integrity Act violation as it was in error without the intent of giving any specific potential offeror a competitive advantage. Therefore, in order to maintain the integrity of this procurement, the Government has posted this internal documentation for all potential offerors. Please note that this is not a standard practice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6b96d64847d24f48b3c442317b6c6e5a/view)
 
Place of Performance
Address: 53000, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05511878-F 20191211/191209230248 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.