Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOURCES SOUGHT

R -- Sources Sought for Management/Administrative Support, Development/Production Analysis, and Resources/Operations Support

Notice Date
3/26/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-02-R-3152
 
Response Due
4/9/2002
 
Point of Contact
Johnnie Taylor, Contract Specialiat, Phone 301-757-9073, Fax 301-757-2628, - James Meade, Division Head, Phone (301) 757-9780, Fax 301-757-9760,
 
E-Mail Address
taylorjd@navair.navy.mil, meadejs@navair.navy.mil
 
Description
This is only a sources sought synopsis. The Naval Air Warfare Division at Patuxent River, MD is seeking potential sources capable of providing the following: (1) Support for V-22 (Tilt-Rotor) Aircraft Weapon Systems Program management/administrative support and resource/operations areas; (2) development/production analysis and technical services in the area of V-22 (tilt-rotor) aircraft weapon system testing for all the V-22 functional areas and V-22 variant aircraft; and (3) independent analyses, technical studies and management services for the V-22 Weapon Systems Programs. The contemplated scope includes but is not limited to: program management services, presentation support, documentation support, test management support, test aircraft and laboratory configuration status tracking, test program operations, centralization of scheduling, V-22 program test requirements analyses, V-22 program test facilities studies, training support services, simulator program analysis, V-22 program development/production analyses, V-22 program test methodology studies, V-22 program hardware and software technical studies analyses for aircraft weapon systems or subsystems, technical data processing analyses, technical data services, software development analysis, and human factor analyses, systems safety studies and training, V-22 program aircraft weapon subsystem plans, R&M/training studies and analyses, integrated maintenance support, and program administrative support/documentation. The NAICS code for this effort is 541330. The incumbent Contractor is Eagan, McAllister Associates, Inc. under Blanket Ordering Agreement (BPA) N00421-97-A-1443. This follow-on requirement will encompass the effort under BPA N00421-97-A-1143 but is beyond the original scope of that requirement. Interested sources should provide a letter of interest with a capabilities package (no more than 15 pages in length, 12-point font minimum) demonstrating ability to perform the services listed above. Potential Sources may submit resumes/personnel information, which will not be counted in the 15-page limitation cited in the proceeding sentence. It is highly encouraged that packages be submitted electronically to the Contract Specialist in Microsoft Word Format or Portable Document Format (PDF) at the following address: taylorjd3@navair.navy.mil. Alternatively, the package may be sent by mail to the following address: Naval Air Systems Command, Contracts Department (Attn: J. D. Taylor, Jr. 2.5.1.5.2.8), Building 441, 21983 Bundy Road, Unit 7, Patuxent River, Maryland 20670-1127. Submissions must be received at the office cited in the preceding sentence no later than 3:30 p.m. Eastern Standard Time on Tuesday, 09 April 2002. The letter of interest should include, at a minimum, the following information: 1) Name and address of the firm; 2) Size of business; 3) Ownership; 4) Year firm established; 5) Names of two principals to contact, including title and telephone number; 6) Company profile to include number of employees, annual revenue history, office locations, DUNs number, if 8(a), date of acceptance into Small Business Administration 8(a) program and anticipated graduation date; 7) Resources available such as corporate management and currently-employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; 8) Management approach to staffing this effort with qualified personnel. The staffing plan should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; 9) A description of previous experience that demonstrates your firm's ability to effectively manage or perform a contract similar in size and complexity to this requirement. Please include pertinent information for on-going contract or contracts completed within the last five years, and identify any, which were under NAICS code 541330. Pertinent information is: a) Name of Contracting Activity; b) Contract Number; c) Contract Type(FFP, Cost, IDIQ, or combination); d) Period of Performance, Total Contract Value, and Total Dollar Value under the Contract that the firm was actually responsible for under this NAICS Code; e) Summary of contract work; f) Contracting Officer's name and current telephone number; g) Contracting Officer's Technical Representative (name and current telephone number); h) List of major subcontractors including name, address, and telephone number of primary points of contact. If you are a small business that does not have the requisite experience to manage or perform a multi-function Warehouse and Material Control Support Services Contract, please describe your approach to teaming or possible joint-venture arrangements that together demonstrate the potential to perform a contract of this size and complexity. While the Government acknowledges that many companies have the capability to perform any one or even several functions, the Government expects to contract with a firm that has the overall capability to manage this effort, including critical services. If sufficient interest is not received, the Government reserves the right to determine the appropriate procurement method, and the resulting solicitation may be issued unrestricted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized. It is the potential offeror's responsibility to monitor these sites for release of any solicitation or synopsis. Telephone inquires will not be accepted. This synopsis is for informational and planning purposes only, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. All information submitted is at the offeror's own expense. Respondents will not be contacted regarding their submission or information gathered as a result of this notice. Respondents will not be notified about the outcome of the Government's review of the solicited information. Failure to respond to this sources sought synopsis does not mean that a firm cannot respond to a solicitation at a later date. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 23-JUN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-02-R-3152/listing.html)
 
Place of Performance
Address: Headquarters - Patuxent River, MD Field/ITT Patuxent River, MD ITT - Edwards AFB, CA Cherry Point, NC Lakehurst, NJ Philadelphia, PA Indianapolis, IN Fort Worth, TX Lomita, CA
 
Record
SN00355334-F 20030625/030623222003 (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  © 1994-2020, Loren Data Corp.