Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

J -- J – FIELDED TRAINING SYSTEMS SUPPORT (FTSS II) SERVICES FOR NAVY AND NON-NAVY CUSTOMERS AT MULTIPLE TRAINING SITES

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-04-R-0038
 
Response Due
7/30/2004
 
Archive Date
8/14/2004
 
Point of Contact
Pamela Van Gorp, Contract Specialist, Phone (407) 380-8189, Fax (407) 380-4164, - James Arblaster, Contract Specialist, Phone 407-380-8170, Fax 407-380-4164,
 
E-Mail Address
pamela.vangorp@navy.mil, James.Arblaster@navy.mil
 
Small Business Set-Aside
Partial Small Business
 
Description
NAVAIR Orlando Training Systems Division has a requirement to provide Fielded Training Systems Support (FTSS) Services for Navy and Non-Navy customers at multiple training sites around the world. These FTSS services include Contractor Operation and Maintenance Services (COMS), Contractor Instruction (CI), training device relocations, technical data verification, modifications to training devices and equipment, student management, and other support (e.g., access control, janitorial service, In-Service Engineering Office (ISEO) support, instructional systems development, spare and repair parts provisioning, etc.). An Indefinite Delivery / Indefinite Quantity Contract (ID/IQC) with multiple awards is anticipated. The current ceiling estimate of the acquisition is $800,000,000 inclusive of all contracts awarded, and all subsequent task orders issued during the five-year ordering period. The acquisition base will include aviation, surface, and sub-surface FTSS service efforts handled by the Navy and Marine Corps. Awardees will be required to provide the entire range of FTSS services described above. To conserve bid and proposal costs, the awardees will be allowed to “no bid” on subsequent task orders solicitations. Presently, FTSS services are being provided primarily under numerous five-year task orders awarded under the existing FTSS multiple award, ID/IQC; the ordering period of which ends in March 2005. It is anticipated that future FTSS requirements and follow-on acquisitions to current FTSS service efforts, will be afforded the opportunity to come under the subject FTSS II contracting vehicle. This will be a competitive, negotiated acquisition with a contract award based upon the best value “trade-off analysis” evaluation criteria stipulated in Section M of the forth coming Request for Proposal (RFP). Selection of offers for award will be based on the evaluation of written proposals. Each offeror will be required to provide detailed information on its technical and management capabilities to include past performance and pricing information. A sample task will be utilized to assess portions of the offerors’ technical and management capability. The government reserves the right to award without discussions. A draft version of the Statement of Work and portions of the Request for Proposal will be released on the World Wide Web at http://www.fedbizopps.gov and posted to the NAVAIR Orlando business opportunities bulletin board at www.ntsc.navy.mil on or about 9 April 2004. A partial small business or “small business team” set-aside is planned for this procurement with an anticipated minimum of two small business awardees. The small business team must all be small under the size standard for the procurement in accordance with 13 CFR 121.103(f). A large business cannot be a member of a small business team, however nothing prevents the team from subcontracting to a large business as long as the team performs enough of the work to meet subcontracting limitations in accordance with FAR 52.219-14. A pre-solicitation conference is anticipated to be held at NAVAIR, Orlando, FL during the last week of April 2004. A pre-proposal conference/site survey is anticipated during June 2004. The RFP closing date is anticipated to be in late July 2004. Specific dates, times, and places will be provided in future Fedbizopps announcements and posted in updates to the NAVAIR Orlando business opportunities bulletin board. Contract award is scheduled for January 2005. The NAICS Code for this procurement is 541330, and the small business size standard is $23 million.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N61339/N61339-04-R-0038/listing.html)
 
Record
SN00541791-F 20040312/040310231838 (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.