Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2004 FBO #0867
SOURCES SOUGHT

R -- OPERATIONS AND MAINTENANCE SUPPORT FOR NAVY WEST COAST TACTICAL TRAINING RANGE SYSTEMS AND EQUIPMENT

Notice Date
4/9/2004
 
Notice Type
Sources Sought
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404WCTTR
 
Response Due
5/10/2004
 
Point of Contact
Julie Wittmer 8128543847
 
E-Mail Address
Email your questions to point of contact
(wittmer_j@crane.navy.mil)
 
Description
MARKET SURVEY ? SOURCES SOUGHT SYNOPSIS:This sources sought synopsis is being issued in order to identify small business concerns that have the capability to perform the work as discussed herein. At this time, the Government is conducting market research to determine whether there exists two (2) small business concerns with the capability to perform the work. If after the result of this market research it is determined that two small business concerns do exist with the capability to perform the work, the resultant solicitation will be released on a 100% Small Business Set-Aside basis. The scope of this effort is to provide Operations and Maintenance (O&M) support to the West Coast Tactical Training Ranges (WCTTR) under the auspices of Commander, Naval Air Forces Command, Pacific (CNAP). The O&M contractor shall assist Naval Surface Warfare Center, Corona Division (NSWC COR), under the direction of CNAP, in operating and maintaining WCTTR systems and equipment in support of naval and joint warfare training requirements. The attached Performance Work Statement (PWS), Annexes, CDRLs and DIDs (available to download in WINZIP files) define the requirement and tasks against which any offeror?s capabilities will be evaluated. The contractor shall demonstrate the capability to provide the necessary program management, operational, maintenance, engineering, and support functions required to support range activities. The Tactical Training Ranges provide and support multi-service training for aircrews and ships in a simulated and controlled hostile environment with air-to-air and/or air-to-ground scenarios.They support training from basic to advanced levels, and from single aircraft sorties to Carrier-Airwing-level exercises.The ranges are operated and maintained by a combination of military, civil service, and contractor personnel. Respondents capabilities will be evaluated against the Evaluation Factors attached hereto in MSWord format.The Government requests only written responses to the Evaluation Factors. The narrative responses shall be typed in Times New Roman font with a 12-point type size and not exceed 25 pages.A page is considered as one side of a sheet 8.5 inches by 11 inches. In addition to the information requested above, please state your business size based on the North American Industry Classification System (NAIC) Code 541330 and associated (size standard of $23 Million average annual receipts over three years).All responses shall be received at NSWC Crane by 3:00 PM local time on 10 May 2004.Responses should be mailed to: Ms. Julie Wittmer Naval Surface Warfare Center, Crane Division Code 1163 , Bldg. 3330N 300 Highway 361 Crane, IN 47522-5011 Phone: 812-854-3847 Email: wittmer_j@crane.navy.mil For those companies that choose to respond to this sources sought synopsis, the Government will provide one scenario representing a situation that the contractor might expect to encounter and resolve during the course of the contract.This scenario will be provided after the submission of the information discussed herein.A written response to the scenario will then be required within 48 hours from the time they are provided. This Sources Sought Synopsis is for a capabilities assessment only.It does not constitute a solicitation and should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract.This is not an Invitation for Bids (IFB), a Request for Quote (RFQ) or a Request for Proposal (RFP). The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement.Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Furthermore, potential contractors performing this O&M work must possess a security clearance at the SECRET/U.S. ONLY level.Any interested parties must be cleared by the authoritative government agency in order to be considered capable of performing this effort. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.Your interest in this response is appreciated.
 
Web Link
to download synopsis and attachments
(http://www.crane.navy.mil/supply/wcttr/wcttr.htm)
 
Record
SN00563406-W 20040411/040409212349 (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.