Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2003 FBO #0502
SOURCES SOUGHT

16 -- Cost Estimating/Analysis/Earned Value Management (EVM)!!

Notice Date
4/14/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-COST
 
Archive Date
5/15/2003
 
Point of Contact
Vanessa Seymour, Contract Specialist, Phone (301) 757-2619, Fax (301) 757-8959, - Alfred Hensler, Contract Specialist, Phone (301) 757-8939, Fax (301) 757-8959,
 
E-Mail Address
seymourva@navair.navy.mil, hensleraw@navair.navy.mil
 
Description
The Naval Air Systems Command (NAVAIR) is actively surveying the vendor community to see if a Blanket Purchase Agreement (BPA) with a General Service Administration (GSA) schedule commercial pricing arrangement is a viable contract for the Cost Estimating Department (4.2) of NAVAIR. Currently, the Cost Estimating Department provides support to various NAVAIR programs (Aircraft, Aircraft Components And Subsystems, Missiles, UAV?s, Ordnance/Bombs) by providing analyses, independent evaluations, case studies, and recommendations, along with associated data in support of Cost Estimating/Analysis and/or Earned Value Management (EVM) products that span all phases of the life cycle (i.e., Concept Exploration, Component Advanced Development (CAD), System Development and Demonstration, and Production, Fielding/Deployment and Operations and Support). The agreement will cover a period of five years comprised of one base year and four one-year options. The total estimated dollar value for the BPA will be $32,200,000, which is $6,400,000 for each year of the BPA. The applicable NAICS Code for this requirement is 541219. The anticipated effort under the BPA includes but is not limited to, preparing technical evaluations/assessments for a variety of commodity areas related to Naval Aviation, including but not limited to the following: Aircraft, Aircraft components and subsystems, Weapons, Integrated Logistics Support (ILS) (e.g., technical publications/manuals, spares, training, and support equipment), Operating and Support (O&S), Corporate Support and Web Site Support. The contractor shall prepare evaluations of new or improved costing methods or techniques and develop methodologies for the improvement of cost estimating. Technical evaluations should include cost impacts and cost methods research (e.g. trend analysis, cost estimating relationships, methodologies, and techniques) for life cycle program phases and for a variety of commodity/life cycle cost areas related to Naval Aviation, such as Life cycle cost estimates, Tradeoff assessments, Engineering change and major modification analyses, Production rate sensitivity analyses, Warranty analyses, Total Ownership Cost (TOC), Maintenance trade studies, ?Should cost? analysis as defined in FAR 15.407-4, Database Development, Web Site Development and/or Maintenance and Support for Complex Modeling efforts. The contractor shall prepare evaluations of new or improved techniques and methodologies for the improvement of earned value management (EVM) capabilities. For EVM tasks, contractor personnel will be required to maintain facilities located within daily ground commuting distance of their duty location (Patuxent River or Arlington, Va) as specified in the individual task order. Other support will include interacting with engineers as well as logisticians, AIR-4.2 competency personnel, and other technical specialists or their representatives as necessary to accomplish the requirements of this SOW. Contractor personnel may be called on to interface with activities such as the Naval Center for Cost Analysis or Office of the Secretary of Defense (OSD) Cost Analysis Improvement Group (CAIG) or other service organizations such as the USAF or US Army depending on reviews required. In addition, intermittent travel may be required, and will be specified within individual task orders. Finally, contractor personnel shall be required to have a security clearance at the level required for each specific task/delivery order, i.e.: Confidential, Secret or Top Secret. Personal clearance levels must be obtained for the appropriate program being supported. The contractor shall comply with specific site access requirements. The contractor shall protect all proprietary data from unauthorized use or disclosure so long as it remains proprietary and the contractor shall refrain from using the information for any other purpose other than that for which it was furnished. The Government anticipates release of the electronic RFP on 16 May 2003 with an anticipated closing date of 16 June 2003. The proposed contract award date is 25 September 2003. There is no commitment by the Government to issue a solicitation, make an award or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website, located at www.fedbizops.gov. It is the potential offerors responsibility to monitor this cite for the release of any follow-on information. This is a Sources Sought and feedback from industry is also sought for our requirements as stated in this synopsis. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). Interested sources are highly encouraged to submit a capability package as well as any questions, comments or suggestions to Ms. Nancy Keys. It is requested that Small Businesses identify themselves as such. Responses to this announcement shall be submitted no later than close of business on 30 April 2003 to: Department of the Navy, Naval Air Systems Command, Attn: Ms. Nancy Keys (2.5.1.3.1.7), Building 441, 21983 Bundy Road, Patuxent River, MD 20670-1127 Attn: Cost Estimating/Analysis/Earned Value Management. Electronic responses are recommended and encouraged and should be submitted to Nancy Keys at keysnc@navair.navy.mil. If providing the information electronically, please ensure that the information is compatible and accessible using Microsoft Office 98 software. Points of contact for contracts are Nancy Keys at keysnc@navair.navy.mil or telephone (301) 757-2609 or Al Hensler (PCO) at hensleraw@navair.navy.mil or telephone (301) 757-8952. Technical point of contact is Ken Anderson at andersonkf@navair.navy.mil or telephone (301) 342-0092.
 
Place of Performance
Address: Various
Zip Code: Various
Country: USA
 
Record
SN00303232-W 20030416/030414213638 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.