SOURCES SOUGHT
R -- Contractor Support Services (CSS)
- Notice Date
- 1/25/2024 1:49:58 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
- N6134024R0037
- Response Due
- 2/8/2024 11:00:00 AM
- Archive Date
- 02/23/2024
- Point of Contact
- Anne Tomlin, Phone: 407-380-8087, Cynthia Armound, Phone: 4073808460
- E-Mail Address
-
anne.e.tomlin.civ@us.navy.mil, cynthia.d.armound.civ@us.navy.mil
(anne.e.tomlin.civ@us.navy.mil, cynthia.d.armound.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation Number: N61340-24-R-0037 Notice Type: Sources Sought - (This is not a request for proposals.) Synopsis: This is a Sources Sought request for vendor information.� �The Naval Air Warfare Center Training Systems Division�(NAWCTSD) at 12211 Science Drive, Orlando, FL� 32826-3224, has a requirement for non-personal Contractor Support�Services (CSS) to support the Competencies and Program Directorates in acquiring�and managing Naval training devices and systems throughout the acquisition life�cycle, from concept refinement through�operation and�sustainment and includes, but is not limited to Management, Engineering, Instructional Design, and Logistics. Additionally, the work will include security requirements at the Secret level, necessitating both a Secret Facility Clearance and Personnel Security Clearances.�The CSS requirements provide temporary augmentation of the NAWCTSD work force. Work will support the acquisition and maintenance of complex training devices for Naval Air, Sea, and Undersea training.� Most of the work supports managing acquisition processes and will occur in the offices of the DeFlorez building.� Additional hardware, software, and IT work will also be required in the NAWCTSD research and development laboratories that are also located there.������ The government is considering multiple acquisition strategies such as the utilizing SeaPort NxG or establishing one or more stand-alone single award indefinite delivery indefinite quantity (IDIQ) Cost Plus Fixed Fee level of effort (LOE) type of contracts that provide, combined, approximately 410,000 hours of work on average each year and that requires approximately 27 different Labor Categories of mainly Journeyman and Senior personnel.� The contract is anticipated as a five (5) year period of performance; however, the government is also considering the benefits and feasibility of a longer-term contract.� �� The critical performance objective is to meet requirements for technically skilled manpower to produce NAWCTSD systems. Responses to this notice should include a brief synopsis of the Contractor's experience in providing professional services.� Describe the following: your firm�s experience with these types of work using a Firm Fixed Price type of contract; your firm�s experience with these types of work using Cost type of contract; number of employees and employee qualifications on similar past contacts; and your annual revenue.� Please address the magnitude in terms of dollars and period of performance of the referenced experience and indicate if the experience is as a prime or sub. Please limit your response to a maximum of three (3) references. The government is also interested in feedback from Industry as to acquisition strategy considerations including: ��������������� Utilization of SeaPort NXG ��������������� Establishment of one or more stand-alone IDIQ contracts ��������������� Logical break out of work if more than one contract is established as well as input on NAICS codes for consideration. 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, Deviation 2021-O0008 rev 1 is now in effect which includes the definition of �Similarly Situated Entity� and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may 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 2021-O0008 rev 1 dated 02/15/23 at https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf ) � To assist in our market research and determination of any applicable small business set-aside for this effort, please address if your firm is interested in participating as a prime or subcontractor. If interested in the prime contractor role, please identify anticipated teaming partners and their role in the overall acquisition (specific capabilities/solutions that partner brings to the acquisition, size and SB/socio-economic status of the partner, CAGE code under the NAICS that the prime would assign for their workshare, and approx. workshare of the partner). Small businesses interested in priming this effort MUST clearly identify any �similarly situated entities� planned for use and must clearly describe the ability to meet the Limitations on Subcontracting requirements in order to assist the Government�s capability and set-aside determination. Small businesses please also address the following as appropriate: Identify your firm�s CAGE code: Identify if your firm is considered small under the following: Size standard $47M associated with NAICS code 541330 exception 1 Size standard $24.5M associated with NAICS code 541611 Identify your firm�s socio-economic status (please indicate all that apply: WOSB, EDWOSB, SDVOSB, HUBZone, SDB, 8(a)).� E-mail responses that are no more than 5 pages long to the Contract Specialist for this solicitation at anne.e.tomlin.civ@us.navy.mil.� Use 12 point Times New Roman font. �NAWCTSD is using this notice for the purpose of determining market interest, availability, and adequacy of potential small business sources prior to establishing the method of services acquisition and issuance of a request for proposals. �Your responses in any form are not offers. �Issuance of this sources sought notice does not obligate the Government in any way to issue a solicitation or to award a contract in furtherance of the objectives discussed herein. No funds are available to pay for preparing responses to this notice. The Government reserves the right to review and use data at its own discretion. Interested offerors shall respond to this notice, no later than 4:00 PM (Eastern Daylight Time (EDT) on 8 February 2024 via email to anne.e.tomlin.civ@us.navy.mil. �All interested offerors must register in Systems for Award Management (SAM) to be eligible for award of Government contracts. Contracting Office Address: N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive, Orlando, FL Point of Contact(s): Anne Tomlin, Contract Specialist, 407-380-8087 Cynthia Armound, Contracting Officer, 407-380-8460
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ad74df45aa9343ef99fe221ec7f7ccbf/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN06946089-F 20240127/240125230047 (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 |