SOURCES SOUGHT
L -- Basic Life Support Services (BLSS) Request for Information (RFI)
- Notice Date
- 8/12/2023 4:33:31 AM
- Notice Type
- Sources Sought
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-23-RFPREQ-WPM263-0428
- Response Due
- 8/16/2023 10:30:00 AM
- Archive Date
- 08/31/2023
- Point of Contact
- Chanice White, Candice Anderson
- E-Mail Address
-
chanice.b.white.civ@us.navy.mil, candice.l.anderson6.civ@us.navy.mil
(chanice.b.white.civ@us.navy.mil, candice.l.anderson6.civ@us.navy.mil)
- Description
- This is a REQUEST FOR INFORMATION to determine availability and technical capability of large and small businesses (including the following subsets: HUBZone Small Business concerns, Certified 8(a) Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, and Women-Owned Small Business concerns) to provide the required products and/or services. The results of this Request for Information will be utilized to determine if any competitive opportunities exist. The Naval Air Systems Command (NAVAIR) Program Executive Office, Unmanned Aviation and Strike Weapons, PEO (U&W), Patuxent River, Maryland, has a requirement to provide V-BAT 128 Unmanned Aircraft System (UAS) equipment related services for the Navy and Marine Corps Small Tactical Unmanned Aircraft Systems (STUAS) Program Office (PMA-263) in support of the Republic of Iraq, an international partner under Building Partnership Capacity (BPC) Case QY-P-SAA, in a combat and Overseas Contingency Operations (OCO) capacity. These services include V-BAT Basic Operator Training and Field Services Representatives (FSR) Support; however, due to the need to provide these services in-country in the Republic of Iraq, there is also a need to procure Basic Life Support Services (BLSS).� The contract type is anticipated to be Firm-Fixed Price (FFP) with a total duration of one (1) year.� In light of the nature of the requirement, NAVAIR intends to procure this requirement via a GSA Multiple Award Schedule under a brand name, limited sources justification under the authority of FAR 8.405-6(b).� However, the BLSS portion of the requirement constitutes an open market item in accordance with FAR 8.402(f). This Request for Information is therefore being published to satisfy the requirements at FAR 8.402(f)(1). Objective:� PMA-263 is seeking industry inputs to identify contractors capable of providing BLSS in the Republic of Iraq in support of the training and FSR requirement described above. The BLSS will be in direct support of the training instructors (estimated to be 3 individuals) and FSR (estimated to be 1 individual), who will conduct land-based operations and equipment related services to train, operate, maintain and sustain the V-BAT �128� UAS. Contractors would be responsible for providing BLSS in various sites within the Republic of Iraq, to include but not limited to: Security and evacuation capability Secure Transportation Lodging Meals/Beverages Contracted BLSS services would be in direct support of training instructors and FSRs providing Intelligence, Surveillance, and Reconnaissance (ISR) missions requiring around the clock imagery and other sensor capability in support of those missions. Requirements: Basic Life Support Services (BLSS) The Contractor must be sufficiently qualified as a BLSS provider in Iraq. BLSS support will entail multiple off-site locations within the Republic of Iraq during the performance of this task order. Special Qualifications are anticipated to include, but not be limited to: Compliance with DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Compliance with DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Compliance with DODI 3020.41, Operational Contract Support Compliance with Class Deviation 2017-O0004 (15 September 2017) Contractor Personnel Performing in the USCENTCOM Area of Responsibility (AOR) Compliance with DFARS 252.225-7039 Defense Contractors Performing Private Security Functions Outside the United States. Compliance with DFARS 252.225-7040, Contractor Personnel Supporting U.S. Armed Forces Deployed Outside the United States Compliance with DFARS 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States Compliance with DoDI 3020.50 and all supplemental United States Central Command USCENTCOM guidance and regulations FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance.� As noted in the aforementioned 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. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in being a prime contractor for this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & 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 NAICS 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 the Request for Information (RFI) in order to assist the Government�s capability determination. Submission Details:� The capability statement package shall be sent electronically to Chanice White, Contract Specialist, at chanice.b.white.civ@us.navy.mil, Karen Joachim, Contract Specialist, at karen.v.joachim.civ@us.navy.mil, and Candice L. Anderson, Procuring Contracting Officer, at candice.l.anderson6.civ@us.navy.mil. �Responses shall be received no later than 1:30 p.m. Eastern Time on 16 August 2023. Classified material shall not be submitted. Interested businesses should submit a brief capabilities statement package (no more than 10 pages in length, single spaced, and 12-point font minimum) demonstrating ability to provide the services listed in this Request for Information. This document must address, at a minimum, the following: (1) Title of the RFI you are applying to;� (2) Prior/current corporate experience performing efforts of similar size and scope within the last 3 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 relates to the services described in this RFI; (3) Company profile to include number of employees, annual revenue history, office location, CAGE code, and a statement regarding current small business/socioeconomic size status; (4) Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; (5) Access to the infrastructure, materials, and other resources required to provide the BLSS across multiple sites within the Republic of Iraq; (6) Ability to satisfy the Special Requirements noted above; (7) Sufficiently qualified to serve as a BLSS provider within the Republic of Iraq, in accordance with DoDI 3020.50 and all supplemental USCENTCOM guidance and regulations and AS9100 standard. (8) If a small business, the company�s ability to perform 50% of the work, in accordance with either FAR 52.219-14 or 52.219-27, as applicable. All responses provided shall be UNCLASSIFED and not contain Controlled Unclassified Information (CUI). All responses must include the following information: Company Name; Company Address; Company Business Size, and Point of Contact (POC) name, phone number, fax number, and email address.� Anticipated Award Date:� No later than 29 September 2023 DISCLAIMER: THIS REQUEST FOR INFORMATION 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 NOTICE IS STRICTLY VOLUNTARY.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1f2c5f2b81e346c180f3d8392aa1b0a8/view)
- Place of Performance
- Address: IRQ
- Country: IRQ
- Country: IRQ
- Record
- SN06787910-F 20230814/230812230040 (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 |