SOURCES SOUGHT
R -- REQUEST FOR INFORMATION �Tactical Operational Flight Trainer Follow-On
- Notice Date
- 6/15/2023 3:07:27 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893623R0032
- Response Due
- 6/30/2023 3:00:00 PM
- Archive Date
- 12/16/2023
- Point of Contact
- Juan Hernandez, Phone: 7602676224, Christopher Purvis, Phone: 7607932639
- E-Mail Address
-
juan.p.hernandez.civ@us.navy.mil, christopher.a.purvis6.civ@us.navy.mil
(juan.p.hernandez.civ@us.navy.mil, christopher.a.purvis6.civ@us.navy.mil)
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. The responses to this Sources Sought will be utilized to determine if any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. A Pre-Solicitation Notice with regards to this requirement will be released on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 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. Proprietary information and trade secrets, if any, must be clearly marked on all submitted 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. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. INTRODUCTION This would be a potential follow on to the contract N6893620D0006. The Naval Air Warfare Center Weapons Division (NAWCWD) at China Lake, CA is seeking support for Test Planning, Training, Project Planning, active duty squadron interface (VX-9, VX-31, VFA-122), AWL interface, and interface/feedback to PMA205 (Naval Aviation Training Systems Program Office) and Program Management at NAWCTSD Orlando for TOFT125/SimuStrike02. Tasking will include development and writing of Test Plans and Procedures, including operation and flying of TOFT125/SimuStrike02, and Training and Project Planning, in accordance with established NAVAIR policies and procedures. The period of performance is expected to begin 16 November 2023. ELIGIBILITY The PSC for this requirement is R425; the NAICS is 541330 with a size standard of $25.5 million in sales per year. All interested businesses are encouraged to respond. Specifically, the Government is evaluating market capabilities for this requirement and any set-aside opportunities. ANTICIPATED PERIOD OF PERFORMANCE It is anticipated that a contract with a five (5) year ordering period will be awarded for this effort. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be a Firm-Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ). REQUIREMENTS See the attached PWS from the N6893620D0006 requirement. The potential follow on would be the same or similar. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business� General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to provide the hardware and services listed in the attached PWS. This documentation must address, at a minimum, the following: Title of the requirement you are applying to Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Prior/current corporate experience performing efforts of similar size and scope within the last three years including contract number, organization support, indication of whether as prime or subcontractor, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract relates to the software described herein; Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; Management approach to staffing this effort with qualified personnel; Statement regarding capability to obtain the required industrial security (DD254) clearances for personnel; Company�s ability to perform at least 50% of the work; and Company�s ability to begin performance upon contract award. The capability statement package shall be sent by email to Juan Hernandez at juan.p.hernandez.civ@us.navy.mil. Questions or comments regarding this notice may be addressed to Juan Hernandez at (760) 267-6224 or via email. Fax submissions and telephone conversations in response to this sources sought WILL NOT be accepted. All responses must include the following information: Company Name, Company Address, Company Business Size, DUNS number, Cage Code, Tax ID, and Point of Contact (POC) name, phone number, and email address. No extensions will be granted. All capability statement packages must be received by the closing date and time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c4c7f68811ac40c2a21c0d7446cd522b/view)
- Record
- SN06718195-F 20230617/230616060716 (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 |