Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2021 SAM #7271
SOURCES SOUGHT

L -- Contractor Engineering Technical Services (CETS) Contractor Field Services (CFS) support for NATEC, Fleet Readiness Support Center Southwest (FRCSW), and F/A-18 and EA-18G Fleet Support Team

Notice Date
10/26/2021 12:56:46 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N6852022R0008
 
Response Due
11/10/2021 7:00:00 AM
 
Archive Date
11/30/2021
 
Point of Contact
Jeffrey Smith, Tiffany Crayle
 
E-Mail Address
jeffrey.t.smith6.civ@us.navy.mil, tiffany.l.crayle.civ@us.navy.mil
(jeffrey.t.smith6.civ@us.navy.mil, tiffany.l.crayle.civ@us.navy.mil)
 
Description
Sources Sought for Commander, Fleet Readiness Center (COMFRC), Naval Air Technical Data and Engineering Service Center (NATEC) Fleet Readiness Support Center Southwest (FRCSW) And F/A-18 and EA-18G Fleet Support Team (FST) For Contractor Engineering Technical Services (CETS) Contractor Fields Services (CFS) to support the AN/ALQ-249(V) and AN/APG-65/65(V)/73/79 Active Electronically Scanned Array (AESA) Radar on F/A-18, EA-18G, and AV-8B Series Aircraft THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED ARE ENCOURAGED TO SEND IN A CAPABILITY PACKAGE. The deadline for responses shall be received by 1000 EST on 10 November 2021. This will best help the Government ensure the pending solicitation enhances competition. This Sources Sought RFI is hereby synopsized pursuant to FAR Subpart 5.2 and FAR Part 10. Responses will be utilized to determine if any competitive Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. Otherwise, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the competitive method of acquisition and issuance of a solicitation. Any resultant solicitation(s) will be released on https://www.beta.SAM.gov. It is the responsibility of the potential Offerors to monitor this website for additional information as the direct method of communication with the Government. A pre-solicitation notice will be issued pursuant to FAR Subpart 5.204, and the Government intends to issue a draft solicitation, if time allows. Award of the pending requirement is anticipated during the 3rd quarter of FY 2022. Eligibility and Size Standards: The applicable NAICS code is 541330, Engineering Services; Military and Aerospace Equipment and Military Weapons with a size standard of $41.5. The Product Service Code (PSC) is L016 Technical Representative-Aircraft Components and Accessories. Requirement: The Commander, Fleet Readiness Center (COMFRC), Naval Air Technical Data and Engineering Service Center (NATEC), Fleet Readiness Support Center Southwest (FRCSW), and F/A-18 and EA-18G Fleet Support Team (FST) announces its intention to procure Contractor Engineering Technical Services (CETS) Contractor Field Services (CFS) to be provided to various Fleet shore activities for the purpose of informing, instructing, and training Navy/Marine Corps military and civilian personnel to be proficient in the installation, operation, and maintenance, to include technical guidance and advice to resolve unusually complex technical problems. The intended requirement is anticipated to be awarded as a single source indefinite delivery, indefinite quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) and Cost Reimbursable line items. Individual Task Orders (TOs) will be issued as Term type CPFF. The current estimated total non-performance based Level of Effort is approximately 132,115 man-hours over an ordering period of five years. The Government anticipates award in the third quarter of fiscal year 2022. The successful offeror will be required to have a Government approved accounting system and approved Property system. CFS technical expertise is categorized by Aviation Core Disciplines: Airframe (AF), Avionics (AV), and Electrical (EL). This acquisition is for CFS type of ETS in support of the F/A-18, EA-18G, and AV-8 aircraft AN/ALQ-249(V) and AN/APG-65/65(V)/73/79 Active Electronically Scanned Array (AESA) RADAR, associated systems, and support equipment. Functional support areas outlined in the attached DRAFT Statement of Work (SOW). Capability Statement Submissions: It is requested that interested sources submit a brief capabilities statement package (no more than 10 pages in length, single spaced, and 12 point font minimum) for the attached SOW.� The capabilities statement shall demonstrate the company�s ability to perform the services in the attached SOW.� This document must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last 5 years, including 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 related to the services described in the SOW; (2) company profile to include number of employees, annual revenue history, office location, DUNS number, and a statement regarding current small business size status; (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; (5) Interested Offerors may also provide an introductory statement in either Microsoft Word or Portable Document Format (PDF). The introductory statement shall be no more than three pages to introduce your company�s historical experience, intent to compete for the pending requirement and any teaming arrangement that is being considered to meet the requirement. Again, the deadline for responses shall be received by 1000 EST on 10 November 2021. Questions Questions or comments regarding this Sources Sought RFI can be directed to Jeffrey Smith by email at jeffrey.t.smith6.civ@us.navy. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE VENDORS CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE COMPETITIVE METHOD OF ACQUISITION AND ISSUANCE OF A COMPETITIVE SOLICITATION.� THIS POSTING 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 SOLICIT OR AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� 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 THIS SOURCES SOUGHT RFI. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT RFI THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM ANY RELEASE OUTSIDE THE GOVERNMENT. NO CLASSIFIED DATA SHALL BE SUBMITTED. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd27ee55ca1047db85933997d3e4dd6f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06164927-F 20211028/211026230120 (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.