Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
MODIFICATION

R -- Technical Support for Common & Peculiar Support Equipment

Notice Date
5/5/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-05-R-0058
 
Response Due
5/27/2005
 
Archive Date
8/29/2005
 
Point of Contact
Jane Worley, Contract Specialist, Phone 732-323-7509, Fax 732-323-2359, - Carl Ruzicka, Contracting Officer, Phone 732-323-2741, Fax 732-323-1988,
 
E-Mail Address
jane.worley@navy.mil, carl.ruzicka@navy.mil
 
Description
AMENDMENT 0002 TO COMBINED SYNOPSIS/SOLICITATION: N68335-05-R-0058. THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. This solicitation number N68335-05-R-0058 is issued as a competitive request for proposal (RFP). The Naval Air Warfare Center Lakehurst is establishing multiple Blanket Purchase Agreements to provide Technical Support for Common and Peculiar Support Equipment and similar activities in support of the Naval Air Warfare Center Aircraft Division (NAWCAD) Support Equipment Division in the following Statement of Work (SOW). 1.0 Statement of Work (SOW): The purpose of this statement of work is to provide technical support for Support Equipment and similar activities at the Naval Air Warfare Center Aircraft Division. This SOW sets forth the efforts of the contractor. 2.0 SCOPE: In general the tasks will be for mechanical and electrical engineering support for all areas of Support Equipment (SE), Support Equipment Recommendation Data (SERD) management support, Foreign Military Sales (FMS) management support . The following commodities will be covered by this statement of work: Armament Handling Equipment, Avionics Equipment, Cryogenics Equipment, Aircraft Handling Equipment, Aircraft Servicing Equipment, Propulsion Support Equipment, and Fixed and Rotary Wing Aircraft Support Equipment. In addition to mechanical and electrical engineering support tasks and the Support Equipment Recommendation Data (SERD) management support tasks, there are specialty areas that will also require support. These specialty areas are: SE Staging Facility, SE Installation Support, Initial Outfitting Support, Propulsion SE; Engine Test: Test Program Set (TPS) Development, Pollution Prevention Program Support. 3.0 TASK DESCRIPTIONS: 3.1 Task 1: The contractor shall provide mechanical and electrical engineering support to assist in the design and development of SE for each of the aforementioned commodities. 3.2 Task 2: The contractor shall provide mechanical and electrical engineering support to assist in the In-Service support of SE for each of the aforementioned commodities. 3.3 Task 3: The contractor shall provide technical support in the SERD management efforts for each of the aforementioned commodities. 3.4 Task 4: The contractor shall provide technical support system/design requirements determination and acquisition support for each of the aforementioned commodities. 3.5 Task 5: SE STAGING FACILITY - The contractor shall provide personnel, materials, and administrative support to assure the proper operation of the Support Equipment (SE) Staging Area located in Bldg 195, NAVAIR Lakehurst, N.J. 3.6 Task 6: SE INSTALLATION SUPPORT - The contractor shall provide support in the following areas: (a) Engineering technician support to SE installation planning, facilities documentation, and execution tracking; (b) Engineering drafting services (AUTOCAD) in support of SE facilities layouts and installations; (c) Technical assistance to site planning teams and SE installation teams; (d) Participate in on-site visits and support site survey activity and installation execution activity. 3.7 Task 7: Initial Outfitting Support – The contractor shall provide personnel and support to assure the timely delivery of designated Support Equipment for Initial Outfitting / Site Activation purposes. 3.8 Task 8: Propulsion SE; Engine Test: Test Program Set (TPS Development): – The contractor shall provide mechanical, electrical, and software engineering support for the development of Engine Test Systems, Engine Adapter Assemblies, and Engine Support Equipment. For the Engine Test System and Adapter Assembly efforts familiarity with Labview and computerized engine test applications is required. 3.9 Task 9: Pollution Prevention Support Program – The contractor shall provide total program support for Pollution Prevention programs within each of the aforementioned commodities. As a minimum, as programs are approved support will be required in each of the following areas: (a) Requirements definition; (b) Obtaining Equipment; (c) Site Surveys; (d) Installation/Set up Coordination; (e) Initial Training; (f) Logistics Support; (g) Develop Prototype Period Plan; (h) Prototype Monitoring Fleet Support; (i) Reporting and technical documentation. 4.0: Deliverables - The contractor shall provide written monthly progress reports. The Government reserves the right to issue multiple Blanket Purchase Agreements with a maximum estimated value of $5,000,000.00 for the life of each Agreement and to repeat the solicitation process when the maximum estimated value has been exceeded. Individual orders will be issued on either a Firm-Fixed Price or Time & Materials basis. The Government reserves the right to issue orders at less than $2,500, under established BPAs, without further competition. BPAs will be awarded in separate lots by business size. Lot I will be set aside for 8(a) contractors. Lot II will be set aside for small business contractors. Lot III will be unrestricted full and open competition.. Each order estimated over $2,500 will be competed among a specific lot of BPA vendors. The Government expects to award multiple BPAs in each lot to qualified vendors. Offerors should identify under which lot(s) they are submitting their proposal. The Government reserves the right to award additional BPAs or release firms after the award of the initial Blanket Purchase Agreements. This synopsis serves as the entire solicitation. Interested firms should provide the following information for evaluation: (1) Technical Approach; (2) Key Personnel; (3) Past Performance; (4) Experience; (5) Cost. TECHNICAL APPROACH (Limit 20 pages): The Government will evaluate the contractor’s proposed technical approach in satisfying the requirments described in 1.0 Statement of Work, 2.0, Scope and 3.0, Task Descriptions. The contractor must address their technical approach to each of the task description areas. The Government will evaluate the contractor’s proposed technical approach to providing the required services within the scope and under each of task described in the Statement of Work. KEY PERSONNEL (5 Resumes required – limit 3 pages each): (a) Program Manager, bachelor’s degree, 10 years experience; (b) Electrical Engineer, bachelor’s degree, 10 years experience; (c) Mechanical Engineer, bachelor’s degree, 10 years experience; (d) Software Engineer, bachelor’s degree, 10 years experience; Support Equipment Logistician, 10 years experience. PAST PERFORMANCE (Limit 10 Pages): The government will conduct a performance risk evaluation based upon the past performance of the offeror as it relates to the probability of successfully performing the scope and task description requirements. Evaluation of past performance will be based on consideration of all relevant facts and circumstances. The evaluation will include demonstrated past performance in quality of product or service; timeliness; business professionalism; and customer satisfaction. Information utilized will be obtained from the references listed in the proposal, other customers known to the Government, CPARS (if available), and others who may have useful and relevant information. The Government reserves the right to use past performance information obtained from sources other than those provided by the offeror, and that information will be used for the evaluation of past performance. In the case of an Offeror, or proposed employees of the Offeror, that do not have past contract performance information or with respect to which information on past contract performance is not available, the Offeror will not be evaluated favorably or unfavorably on the factor of past performance. The offerors shall submit a list of at least three contracts currently ongoing or completed within the last three years. These contracts must be directly related to the types of tasks that may result from the scope and task descriptions. Offerors shall contact their past performance references and request that each reference submit directly to the Contracting Officer at the address listed below the following information: (a) Name of Customer; (b) Contract Number/Period of Performance; (c) Contract Type; (d) Total Contract Value; (e) Point of Contact including phone number and e-mail address; (f) Contract Work Description; (g) Written summary of demonstrated past performance in the quality of product or service; timeliness; business professionalism; and customer satisfaction. EXPERIENCE (Limit 10 Pages). Offerors shall provide a summary of their corporate experience with particular emphasis on work performed for NAVAIR/NAWCAD Lakehurst and/or related to aviation support equipment (include project title and contract number). In evaluating the factor of experience, consideration will be given as to whether an offeror has experience in aviation support equipment. An offeror lacking relevant corporate experience in aviation support equipment shall be rated as high risk for the experience factor. COST: The offeror will provide their GSA schedule rates or Time and Material (T&M) rates for evaluation. Rates will be evaluated to determine that they are reasonable. Once the BPA is established, costs will be evaluated as part of each individual delivery order. FAR 52.212-1, Instruction to Offerors – Commercial Items, is incorporated by reference. Factors for evaluation are: Technical Approach, Key Personnel, Past Performance, Experience and Cost. All factors are equally weighted. Note: the factors Technical Approach and Key Personnel will be evaluated using adjectival and risk ratings. The factors of Past Performance and Experience will be evaluated for risk only. Award of a BPA will be made to the responsible offeror(s) whole offer, conforming to the solicitation, will be most advantegeous to the Government, price and other factors considered. Firms should also indicate their size, status, and email address for a point of contact. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items with its offer. FAR 52.212-4, Contract Terms and Conditions – Commercial Items is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items is incorporated by reference. Responses should be mailed to the Naval Air Warfare Center Aircraft Division Highway 547 Building 562, Room 110 Lakehurst, NJ 08733 Attention: Jane Worley or emailed to jane.worley@navy.mil and be received no later than 27 May 2005 at 4:00 p.m. BPAs based on this synopsis may be issued from the date of synopsis through 31 July 2005. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Doing Business” and “Open Solicitations.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N68335/N68335-05-R-0058/listing.html)
 
Record
SN00802081-F 20050507/050505214205 (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.