Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOURCES SOUGHT

J -- Navy Fielded Training Systems Support (FTSS)

Notice Date
2/13/2020 1:15:17 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134021R0001
 
Response Due
3/16/2020 2:00:00 PM
 
Archive Date
03/31/2020
 
Point of Contact
Janet Fondriest, Phone: 407-380-8454, Jana McEntegart, Phone: 407-380-4997
 
E-Mail Address
janet.fondriest@navy.mil, Jana.McEntegart@navy.mil
(janet.fondriest@navy.mil, Jana.McEntegart@navy.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this Sources Sought Notice in to determine the interest, availability and capabilities of potential offerors to provide the required FTSS services described herein, and to seek recommendations and input on potential acquisition strategies.� INTRODUCTION: The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, seeks potential sources to provide a wide range of complex and non-complex Fielded Training Systems Support (FTSS) services for various Navy and non-Navy customers.� The predecessor approach in satisfying the requirement was the Fielded Training Systems Support IV (FTSS IV) Multiple Award Indefinite Delivery / Indefinite Quantity (ID/IQ) Contract.� The FTSS MAC approach allows streamlined, quick response procurements to meet the long-term FTSS needs of Naval Training and School Commands, and other Government training support activities.� The FTSS services are intended to support various training systems located at multiple training sites around the world, and satisfy a myriad of training requirements, including: initial operator and crew training, mission rehearsal training, and maintenance training.�� Primary FTSS services include Contractor Operation and Maintenance Services (COMS), and Contractor Instructional Services (CIS) for primarily aircrew and maintenance simulators.� These simulators/devices/training systems/classrooms support surface, sub-surface, and aviation customers.� COMS requires the Contractor to provide all labor, materials, consumables, equipment, tools and test equipment necessary to operator and maintain the training systems and equipment in a fully operational condition.� CIS requires the Contractor to provide Contract Instructors (CI) in support of simulators, training devices, associated classrooms and/or other training methods to train users in the knowledge and skills to support the mission and the established learning objectives.� Ancillary FTSS services include but are not limited to; Training Device Relocations (TDR), Training Systems Management (TSM), minor modification support, Quick Response modifications, and In-Service Engineering support and similar FTSS needs. The anticipated requirements include approximately 19 known follow-on FTSS task orders valued cumulatively at approximately $1B over the 8 year support period, and additional task orders for future unknown COMS and CIS efforts within the Navy/United States Marine Corps (USMC) Training domain.� Known contemplated task order requirements are listed at the end of this document. PLACES OF PERFORMANCE: Performance is required at Navy and USMC training device locations, in the continental United States (CONUS) and outside the continental United States (OCONUS). � REQUIRED CAPABILITIES:� �NAWCTSD is seeking companies that have a successful track record in performing simulator COMS & CIS services as a primary core competency with a high degree of customer satisfaction.� Interested parties should provide documentation on the following: CAPABILITIES: Provide a brief company introduction and details on the company/organization.� Discuss your management approach in performing FTSS services.� Include information on program management, logistics management, risks, personnel, maintenance plans and processes, quality control processes and a summary for how you plan to meet the FTSS requirements.� Include your understanding of Information Cyber Security processes, and whether or not your company possesses a Secret or a Top Secret Facility Clearance.� Discuss your capacity to take on new COMS/CIS efforts.� Additionally, interested parties should list any ground rules and/or assumptions that your company recommends for this effort, i.e. type of contract, etc.� If you are a small business interested in being a prime contractor for orders set-aside for small business competition under the FTSS V MAC, please be advised that the Federal Acquisition Regulation (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 https://www.acquisition.gov/browse/index/far ). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business planning to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name and Commercial and Government Entity (CAGE) Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their Small Business size status under the North American Industry Classification System (NAICS) Code that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in this Sources Sought Notice in order to assist the Government�s capability determination. EXPERIENCE: Interested parties should provide details of their experience in the last 5 years performing COMS and CIS work.� Please provide up to three of your most relevant efforts, to include the contract number, dollar value, contract type, whether you performed as the prime or subcontractor, period of performance and brief description of work. �For NAWCTSD contracts, interested parties only need to provide the contract number, name of program and period of performance.� �For non-FTSS NAWCTSD contracts, also include a brief description of the following, as applicable, for each relevant effort: Magnitude of the requirement � (size of the workforce for COMS or CIS, number of sites, number of instructional hours); �� Quantities and complexity of simulators and weapons platforms supported; Activity level/op-tempo; Type of instruction; � Security requirements (i.e. Facility Clearance requirement for that effort); Experience negotiating Collective Bargaining Agreements and SCA Price Adjustments; and Degree(s) of risk (performance, schedule, cost). SIZE STATUS: 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 (PSC) is J069 - Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices. Companies must identify their size status.� Small Businesses must also identify whether the company is a Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business, and/or a Women-Owned Small Business (WOSB).� This information will be used by the Government to determine any potential set-asides.� ACQUISITION PROCESS IMPROVEMENT:� The Government is also seeking comments from Industry on their experiences competing in FTSS and similar efforts, and in performance on awarded tasks within the FTSS contracts, other contracting vehicles, and for other communities and services.� This includes Industry�s recommendations for improvement to the current processes for contracting and performance of the overall work scope that has been awarded under FTSS IV.� Industry is encouraged to address the Government on both the concerns in the currently contracted efforts and its view on the future beyond the FTSS IV contracting period. SOURCES SOUGHT RESPONSES: Your firm�s response to this Sources Sought synopsis should include: SUBMISSION DETAILS:� Interested businesses shall submit responses by email to Ms. Janet Fondriest, janet.fondriest@navy.mil.� Please submit all questions by email to the same point-of-contact (POC).� One electronically submitted response shall be received no later than 5:00pm Eastern Time on 16 March 2020, and reference: FTSS V - Sources Sought. Interested businesses should submit a brief capabilities statement package (no more than twenty (20) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the requirements listed above.�� All responses shall include Company Name, Company Address, Company Business Size, CAGE Code, and POC(s) including name(s), phone number(s), fax number(s), and email address(es). This sources sought announcement is published for informational purposes only.� This is not a solicitation.� 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 notice is strictly voluntary.� No site visit will be permitted during the period of response to this announcement. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the https://beta.sam.gov website.� NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities.� Contracting Office Address and POC: 12211 Science Drive Code GT22100 Orlando, Florida 32826-3224 �Primary Point of Contact: Janet Fondriest Contract Specialist, Code GT22200 Naval Air Warfare Center Training Systems Division Tel: (407)380-8454 Email: janet.fondriest@navy.mil Secondary Point of Contact: Jana McEntegart Procurement Contracting Officer, Code GT22100 Naval Air Warfare Center Training Systems Division Tel: (407)380-4997 Email: jana.mcentegart@navy.mil EXPECTED RECURRENT FTSS REQUIREMENTS: 2.1��� Known recurring service requirements, categorized by suitability for Large or Small Business Prime Contractor, based on Government analysis of a variety of parameters of scope, magnitude, and complexity:� Large Business Programs CISLANT CNATRA CIS CNATRA COMS E-2C/D COMS & CIS E-6B ATS COMS & CIS & QRM F/A-18 COMS & CIS MARITIME COMS & TSM Navy Helo COMS & CIS Surface COMS NSST CIS Submarine CMS WESTPAC COMS & CIS USMC ATS COMS & CIS Small Business Programs NASTP COMS RESFOR COMS NATTC COMS & CIS Surface Fire Fighter COMS DARTS AAAT CIS FTSP Repair
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24c2d8d177b0462ba4cfda069f187979/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05562239-F 20200215/200213230139 (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  © 1994-2020, Loren Data Corp.