Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOURCES SOUGHT

U -- Pilot and Aircrew Curriculum Revision and Maintenance (PACRM)

Notice Date
7/16/2020 6:17:27 AM
 
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
N6134020R0082
 
Response Due
3/31/2020 11:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Kelly Stevens, Phone: 4073804143, MR. RAFAEL SOBERAL, Phone: 4073804077
 
E-Mail Address
kelly.stevens@navy.mil, rafael.soberal@navy.mil
(kelly.stevens@navy.mil, rafael.soberal@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pilot and Aircrew Curriculum Revision and Maintenance (PACRM) Multiple Award Contract (MAC) Pre-Solicitation Notice INTRODUCTION This PACRM pre-solicitation notice is in follow-up to the sources sought/market research for the Curriculum Revision and Maintenance Contract (CRMC) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) Sources Sought Solicitation number N6134020R0082, and the E-2/C-2 Landing Signal Officer (LSO) Sources Sought Solicitation number N6134020R0056. The Naval Air Warfare Center Training Systems Division (NAWCTSD) has the requirement to establish a Pilot and Aircrew Curriculum Revision and Maintenance Indefinite Delivery/Indefinite Quantity (IDIQ) Contract (PACRM) Multiple Award Contract (MAC). The PACRM IDIQ MAC will support multiple planned and unplanned procurements, which include the revision and maintenance of Navy and Marine Corps Pilot and Aircrew Curriculum. This acquisition is necessary to ensure continued currency and accuracy of various training program�s curriculum and electronic classroom systems to support training needs to maintain Fleet operational readiness. NAWCTSD intends to award the PACRM MAC as a Small Business Set-aside Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) with Firm-fixed-price (FFP) and Cost-plus-fixed-fee (CPFF) components to meet projected R&M requirements. Estimated Request for Proposal release: 4th Quarter FY20. Estimated Award:� 2nd Quarter FY21. Ordering Periods:� Base period of 60 months, and one two-year option. � PLACE OF PERFORMANCE Location:� Government Sites; Naval Station (NS) Norfolk, VA, Naval Air Station (NAS) Oceana, VA, Naval Air Station North Island, CA, Naval Station Mayport, FL, Naval Air Station Jacksonville, FL, Marine Corps Air Station Cherry Point, NC, Marine Corps Air Station New River, NC, Marine Corps Air Station Camp Pendleton, CA, Marine Corps Air Station Beaufort, SC, Marine Corps Air Station Miramar, CA, Naval Air Station Whidbey Island, WA, Naval Air Station Lemoore, CA, Tinker Air Force Base, OK., and Contractor Facility. DISCLAIMER �THIS PRE-SOLICITATION NOTICE 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 NOR IS THE GOVERNMENT SEEKING ANY ADDITIONAL INFORMATION AT THIS TIME AS A RESULT OF THIS PRE-SOLICITATION NOTICE.� PROGRAM BACKGROUND NAWCTSD, Orlando, FL is the contracting and administrative agent for Curriculum Revision and Maintenance (CR&M) Programs. In accordance with this designation, NAWCTSD provides a contract vehicle and administrative support for CR&M Programs. This is a new procurement, in that prior CR&M support had been provided via the TDPC MAC, which included all aspects of Instruction Systems Development (Analysis, Design, Development, Implementation, Evaluation, and Sustainment). The TDPC is no longer a viable option as its ordering period is ends on 30 September of 2020. The PACRM MAC will primarily focus on the sustainment piece of the ISD process for the aforementioned platforms. Market research was performed by issuing a �Sources Sought� announcement to identify possible sources capable of meeting the requirement.� The Sources Sought notification was published to the beta-SAMS website on 13 Mar 2020. �The intent of the notice was to ensure full consideration is given to all potential sources.� Based on market research and the responses to the Sources Sought notification, the government determined that sufficient capabilities exist within the industry base to support a small business set-aside for the PACRM MAC. �The NAWCTSD Office of Small Business Programs concurs with the set-aside determination.� The Small Business Coordination Record (DD 2579) was approved on 19 May 2020, supporting a Small Business Set-aside competition under North American Industry Classification System (NAICS) code 541330 for the PACRM source selection. REQUIRED CAPABILITIES Major performance standards under the PACRM consist of timely and accurate revision of curriculum and training system availability.� Measureable outcomes of performance are contained in the Performance Work Statement (PWS) and in the Quality Assurance Surveillance Plan (QASP), which will be provided to the successful offeror and specifically measured during task order performance. Site Manager - The SM shall provide the necessary functions to include but not limited to planning, controlling, leading, managing, resourcing, scheduling, and clerical support for all efforts. Support Personnel - Staffing in the various disciplines required to cover all facets of curriculum revision and maintenance and/or development. Weapon School Subject Matter Expert (SME) � Staffing with extensive knowledge of the applicable weapons system to include operational performance capabilities and a complete understanding of security classification and mission sensitivity issues. Advance Readiness Program Coordinator (ARP) � Services to assist the Weapons School with the planning, coordination, and execution of ARP events and provide direct support with ARP data collection, data interpretation, data evaluation and data presentation. Joint Mission Planning System (JMPS) Coordinator - Responsible for the operational linkage of multiple systems to support the planning, coordination and execution of Unit Level Training, ARP events and Weapons School Special Weapons, and Tactics Program (SWTP) events. Instructional Systems Design Support � Services to include revision and maintenance of Government curriculum, management of Government approved Learning Management System (LMS), analysis and evaluation of curriculum materials, curriculum modifications, and incorporation of newly developed curriculum into existing training programs. Training Delivery Systems (TDS) operation and maintenance - Performing scheduled and unscheduled preventive maintenance on the TDS hardware. Track and report the availability of all TDS equipment and maintaining TDS hardware. Learning Resource Center (LRC) support � Personnel with experience operating computer equipment to manage student accounts, and assist in the use and access to curriculum material. Information Assurance / Cyber Security support � Services to ensuring proper operation, certification/accreditation, and Cyber Security adherence of all computer and electronic assets used in the delivery of associated curriculum. None of the Cyber Security requirement are out of line with current DoD Policies. ELIGIBILITY The applicable NAICS code for this requirement 541330, small business size standard $41.5 million. The Product Service Code is U099. 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 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 dates 12/3/18 at http://farsite.hill.af.mil/vmfara.htm ). PACRM MAC contract type is anticipated to be a Small Business Set-aside Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) with Firm-fixed-price (FFP) and Cost-plus-fixed-fee (CPFF) components.� The estimated ordering period consists of a 60 month base period, followed by one two-year option, for a total of 84 months. The anticipated Acquisition Strategy is to award PACRM MAC under FAR Subpart 19.5, Set-aside for Small Business, utilizing FAR part 15, Contracting by Negotiations competitive source selection procedures.� All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.� The competition will utilize best value tradeoff procedures. The PACRM MAC acquisition and the first task order will be competitively negotiated using formal source selection procedures as outlined in FAR 15.3.� Contract awards for the MAC will be based on best value trade-off evaluation criteria set forth in Section M of the RFP.� The Government intends to award basic MAC Contracts to the best three to five proposals. The Government intends to procure future CR&M task orders utilizing fair opportunity under FAR Subpart 16.505 under the auspices of the PACRM MAC. All PACRM MAC contractors will be provided a fair opportunity to compete pursuant to FAR 16.505, unless a FAR exception in accordance with except see 16.505(a)(4) and (11), and 16.505(b)(2)(ii)(D) applies and is approved by the appropriate authority. The solicitation and all updates will be made available to interested parties through https://beta.sam.gov, N6134020R0082. Contract Specialist, Kelly Stevens, email: Kelly.stevens@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8df18df42f454d3f88cddeec61d38c40/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN05724162-F 20200718/200716230204 (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.