Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,2000 PSA#2514

Contracts Group, NAVAIRSYFCOMHQ, Bldg 441, Unit 7, 21983 Bundy Road, Patuxent River, Md 20670-1127

R -- AIR-3.2 MAINTENANCE PLANNING & DESIGN INTERFACE LOGISTICS SUPPORT SERVICES SOL N00421-00-R-0328 POC Jeff McDermott, Contract Specialist, (301) 757-9057; Emily Harman, Procuring Contracting Officer, (301) 757-9055 E-MAIL: McDermottJL@navair.navy.mil, McDermottJL@navair.navy.mil. The Naval Aviation Systems TEAM has a requirement for Technical/Management Logistics Support Services in support of the AIR-3.2 Maintenance Planning & Design Interface Department. This includes evaluating initial designs, evaluating proposed design changes, maintenance planning, and sustaining maintenance plans. A Draft Statement of Work is available on the AIR-3.0 TEAM Logistics website (http://www.nalda.navy.mil/teamcontract) along with a detailed matrix of each LOT under the Request for Proposal (RFP); separated by applicable LOT number, regional site, estimated work years and set-aside (if any). Please note that the Statement of Work documents on this website are to be considered draft only, and are not part of the RFP. In the event of conflicting information posted on this website, the information contained in this synopsis and any resulting RFP will take precedence. Services will include providing support at the following locations: Naval Air Systems Command (NAVAIR), Patuxent River, MD; Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD; Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst, NJ; Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA; Naval Air Warfare Center Weapons Division (NAWCWD) Point Mugu, CA; Naval Aviation Depot (NADEP), Cherry Point, NC; Naval Aviation Depot (NADEP), Jacksonville, FL; Naval Aviation Depot (NADEP), North Island, San Diego, CA. One RFP (N00421-00-R-0328) with five regional LOTs will be released. There will be one LOT for each of the AIR-3.2 sites (LOT I-NAVAIR/NAWCAD Patuxent River/NAWCAD Lakehurst; LOT II-NAWCWD China Lake/NAWCWD Point Mugu; LOT III-NADEP Cherry Point; LOT IV-NADEP Jacksonville; LOT V-NADEP North Island) for a total of five AIR-3.2 awards (single award for each LOT). Offerors will be required to provide off-base office spaces within 15 miles of the following sites (LOT I-NAVAIR, Patuxent River, MD; LOT II-NAWCWD Point Mugu, CA; LOT III-NADEP Cherry Point, NC; LOT IV-NADEP Jacksonville, FL; LOT V-NADEP North Island, San Diego, CA. Services are required for a base one-year period plus nine, one-year option periods for each resulting contract, performance to commence on or about June 2000. The resulting RFP will also include the option provisions in FAR 52.217-8. Estimated Work Years for the NAVAIR/NAWCAD Patuxent River/NAWCAD Lakehurst requirement (LOT I) total 2,300 (230 per year). Estimated Work Years for the NAWCWD China Lake/NAWCWD Point Mugu requirement (LOT II) total 220 (22 per year). Estimated Work Years for the NADEP Cherry Point requirement (LOT III) total 1,700 (170 per year). Estimated Work Years for the NADEP Jacksonville requirement (LOT IV) total 1,200 (120 per year). Estimated Work Years for the NADEP North Island requirement (LOT V) total 1,300 (130 per year). Each Work Year equals 2,080 hours. It is anticipated that each LOT will result in a single cost plus award fee contract. The Government will award a contract for each LOT under the RFP to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government, cost or price and other factors specified elsewhere in the RFP, considered. Offerors may submit an offer under more than one LOT. LOT I is being issued on an unrestricted basis. LOT II is being issued as an 8(a) set-aside. LOT III is being issued as a small business set-aside. LOT IV is being issued on an unrestricted basis. LOT V is being issued on an unrestricted basis. All five LOTs are classified under SIC Code 8711 ($20.0M). Each awarded contract will have a base year minimum guarantee of $100,000.00. Responsible sources may request a copy of RFP number N00421-00-R-0328 by contacting Mr. Jeff McDermott via e-mail at McDermottJL@navair.navy.mil. Phone and fax requests for the RFP will not be accepted. All Internet requests must provide the return Internet address and post office mailing address. Internet requests without these return addresses will not be accepted. A pre-proposal conference will be held approximately 15 days after the release of the RFP. The location and details regarding the pre-proposal conference will be stated in the RFP. The RFP will be made available on the internet in Word 6.0 format and will reside on the NAVAIR Solicitation Home Page at: http://www.navair.navy.mil/business/ecommerce/index.cfm. Offerors who request a copy of the RFP will be notified via e-mail when it is released. All responsible sources may submit a proposal(s), which shall be considered by the Agency. Posted 01/10/00 (W-SN414578). (0010)

Loren Data Corp. http://www.ld.com (SYN# 0066 20000112\R-0008.SOL)


R - Professional, Administrative and Management Support Services Index Page